Loading...
HomeMy WebLinkAbout12-14-2006 Airport CommissionIOWA CITY AIRPORT MEETING AGENDA AIRPORT TERMINAL BUILDING 1801 S. RIVERSIDE DRIVE IOWA CITY, IOWA THURSDAY, DECEMBER 14, 2006 — 5:45P.M. Determine Quorum 2. Approval of Minutes from the following meetings: November 9, 2006 3. Public Discussion - Items not on the agenda 4. Items for Discussion/Action: A. FAA/IDOT Projects - Earth Tech — David Hughes a. Runway 7/25 b. Taxi -lane North Tee's and Parking Lot Rehab i. Consider a resolution accepting the North T-Hangar Taxilane and North Parking lot rehabilitation as completed. c. South Aviation Development d. JJR Davis Drainage B. Aviation Commerce Park a. Recommendation to city council on purchase offer for Lot No. 5 of the North Commerce Park by IWI Motorparts b. Consider a resolution approving amendment to listing agreement with Iowa Realty C. Grass Runway D. Jet Air Management Agreement E. Parking Policy a. Consider a resolution adopting Parking Policy F. Janitorial Services a. Consider a resolution accepting the proposal submitted by Midwest Janitorial Services for janitorial services at the Iowa City Municipal Airport G. Airport "Operations": Strategic Plan -Implementation; Budget; and Airport Management a. 2006 Annual Report H. Subcommittees' Reports FBO Staff Report 5. Commission Members' Reports 6. Staff Report Set next regular meeting for January 11, 2007 at 5:45 p.m. k► 8. Adjourn MINUTES Iowa City Airport Commission November 9, 2006 Iowa City Airport Terminal — 5:45 PM DRAFT Members Present: Randy Hartwig, Chair; John Staley; Janelle Rettig; Howard Horan, Greg Farris Staff Present: Sue Dulek, Michael Tharp Others Present: David Hughes, Earth Tech; Harry Wolf; Eric Kochneff, Brian Douglas DETERMINE QUORUM: Chairperson Hartwig called the meeting to order at 5:46 PM. RECOMMENDATIONS TO COUNCIL: APPROVAL OF MINUTES FROM THE OCTOBER 12, 2006, MEETING: Hartwig asked if the members had any corrections or changes to the above -named minutes, and if none, he asked for a motion to approve said minutes. Farris moved to accept the minutes of the October 12, 2006 meeting; seconded by Rettig. Motion carried 5-0. PUBLIC DISCUSSION: None. ITEMS FOR DISCUSSION/ACTION: A. FAA/IDOT Projects — Earth Tech — David Hughes a. Runway 7/25 — Hughes talked to the Commission about the current progress. Members asked questions of Hughes regarding the affects the weather was having. Hughes noted that this project will be shut down for now and will be reopened in the spring. Hughes stated that they did have maintained contact with the FAA regarding the obstruction mitigation. He stated that they are back looking at obstruction impacts. Hughes stated that the FAA has requested a letter from the Airport that basically says they are going to develop the Airport in accordance with the Airport layout plan, and that this letter has been taken care of. Hughes noted that Dane Road will be completely barricaded; he noted that there were still some vehicles using the road even though it was closed. b. Taxi -lane North Tee's and Parking Lot Rehab — Hughes stated that the contractor has arranged for the Hangar A damage repairs and it should take about three days to do this work. Tharp noted the repairs Airport Commission November 9, 2006 Page 2 of 7 were set for Monday November 13, and he had been in contact with the affected tenant to arrange the hangar's availability. c. Terminal Apron 1. Update — Hughes stated that this Agreement has been redone and is now ready for approval. This is an agreement with Earth Tech for engineering services related to the terminal apron reconstruction, which is the project that is being done in conjunction with the sale of the Hagan property. Members asked Hughes various questions regarding this project. 2. Supplemental Agreement No. 7 — Hartwig asked if there was any other discussion, and if not, he asked for a move to consider the Resolution. i. Consider a Resolution approving Supplemental Agreement No. 7 for Services Related to Terminal apron Rehabilitation — Horan moved to consider Resolution #A06-24; seconded by Farris. Carried 5-0. d. South Taxi -lane Rehabilitation— Hughes briefly explained this Order and why they need to change the compensation to $26,300, instead of $25,000. i. Consider a Resolution approving Project Task Order No. 4 for Rehabilitation of South Taxiway and Taxi lanes surrounding Building G. — Rettig moved to consider Resolution #A06-25; seconded by Staley. Carried 5-0. e. Hangar A Rehabilitation — Hughes briefly explained this Order and responded to members' questions. i. Consider a Resolution approving Project Task Order No. 5 for Rehabilitation of Hangar A. — Rettig moved to consider Resolution #A06-26; seconded by Farris. Carried 5-0. f. FY 08 Airport Improvement Program — Hughes noted that this is updating what has been submitted in the past through the funding source. Rettig asked questions of Hughes regarding the Long Range Needs Assessment. Horan asked questions regarding fencing needs at the Airport. Rettig stated that she would like to see a plan like this for non -FAA related items that need to be worked on. Discussion continued on the various projects that are addressed in this document. B. Grass Landing Strip — Hartwig noted that he will probably combine this topic and the South Aviation Development discussion tonight. He explained his reasoning to the Commission, using a drawing of the areas being discussed. Hughes took part in the discussion, answering members' questions regarding possible development in this area. (TAPE ENDS) Discussion continued with members talking about possible development on the Airport Airport Commission November 9, 2006 Page 3 of 7 property. Horan stated that he would like to see a 15-year plan. Rettig stated that she feels they need to look further down the road and they need to consider "green space" in all of this. She would like to see them preserve land, not develop it. Horan talked about the possibilities for the Airport in the future with continued technology advances with GPS, for example. Rettig suggested they ask for help from the new Economic Development Director with the City. Regarding the grass landing strip, Tharp stated that he spoke with Blum after last month's meeting regarding the length of the strip and other basics. Members discussed where this landing strip could be moved to and what areas would require more prep work. Rettig asked what the minimum standards would be for a grass strip, and Horan responded. Members continued to ask questions about what type of development could still take place, and what restrictions would be encountered with building. Rettig stated that while she understands the need to increase the City's tax base, she feels they need to balance the development and the keeping of green space, and that she would not be in favor of "boxing" in the Airport with development. Staley asked if there is a limit on the market for hangars, to which Horan responded that he feels once the 7-25 project is done, he feels they will see the maximum. Rettig pointed out on the diagram what areas she would like to see developed, and what areas she would like to see reserved for green space and aviation space. She feels the future needs and plans of the Airport should be looked at thoroughly. Rettig noted, for the record, that the comments made at the recent Council meeting about people calling and wanting 100 acres of land, she feels this is not the kind of land for those projects, and that Scott Six would be more appropriate. Rettig asked the other Airport Commission members if they are all in consensus that they are not interested in economic development, commercial development, on all 63 acres, to which all of the Members agreed. Discussion then turned to the City trail system that will be coming through this area soon. C. South Aviation Development — (see above Item) D. Aviation Commerce Park — Harry Wolf addressed the Commission Members, stating that he has an update regarding an offer on Lot 5, which has been returned to the prospective buyer with a counter offer. Just before this evening's meeting, Wolf stated that he received an updated flood plain map, which will help them figure out any requirements on this lot. He stated that Us should help the buyer in his decision -making, and that hopefully by next months' meeting he will have a final offer. (TAPE ENDS) Wolf continued, stating that the flood plain map will then get sent to FEMA for a formal change. Hartwig reminded Members that the FAA still has the final say on selling Airport land. Wolf stated that they need a single plat that shows lot sizes and dimensions — that this would be helpful for his purposes in marketing this land. Members asked questions of Wolf regarding the asking Airport Commission November 9, 2006 Page 4 of 7 price for this lot. Wolf stated that they have another interested party, as well, and that hopefully he will have more info soon. E. Corporate Hangar Lease Agreement with Keith Roof — Tharp stated that this is the lease that was brought up last month and that he went back to Roof to further discuss his needs. Tharp stated that Roof does plan to hang up his maintenance shop plague and wants to rent the hangar for his private aircraft only. Questions were asked about this specific lease agreement, such as the rental price for this hangar compared to others around it. Staley pointed out a small typo on 7.C. a. Consider a Resolution Accepting Agreement with Keith Roof dba Iowa City Aircraft Repair for Hangar #32 — Rettig moved to consider Resolution #A06-27; seconded by Horan. Carried 5-0. F. Jet Air Management Agreement — Hartwig went over the current agreement that the Members received from Tharp this evening. He gave Members some background on the agreement with Jet Air, stating that its original purpose was due to the Airport not having a manager at the time. The Commission at that time wanted to make sure that the various duties were being handled, and this is what started the initial agreement with Jet Air. Basically, there will be a change in the duties — a lessening — than those that are currently part of this agreement. Members agreed that Tharp has been performing some of these tasks. Rettig asked questions regarding the chain of command within the Airport. The specific duties that the maintenance worker still does were discussed, as well, with Members stating that some of these issues need to be looked at more closely. Discussion turned to the review of the Jet Air Agreement, item by item, with Members giving their suggestions for wording, etc., as well as asking Tharp for clarification on some duties. (TAPE ENDS) Discussion continued on the exact wording of the agreement with Jet Air, with Members trying to find the best way to capture what is happening and what could happen in the future. Rettig asked if they were going to drop any language referring to "management of the Airport" by Jet Air, which led members to discuss this issue next. As a group, the Members went through each section of the agreement, making changes to wording or deleting unnecessary sections. Dulek responded to some of the legal aspects of the necessary wording. G. Parking Policy — Tharp started the discussion by noting the changes he made to the parking policy. Rettig stated that she does not like the wording on the 14-day issue — that she would like to see something where people don't have to check in with the Airport. The discussion turned to signage, with Members stating that they would like to see more detail in the signage so people know what to expect. Rettig asked if the City has a sign shop and if they could help replace some of the current signage at the Airport. 13 Airport Commission November 9, 2006 Page 5 of 7 H. Commercial Business Agreements — Hartwig noted that they need to put some thought into how they want to proceed with this. He does feel that they should have some type of agreement in place, in light of future developments. The discussion turned to the "minimum standards" that are in place for commercial uses, such as flight instruction, aircraft rental, FBO service, and aircraft sales. Rettig volunteered to be on the subcommittee to look into creating this agreement, and she will work with Tharp on this. Hartwig noted that Tharp has been in contact with the Convention and Visitors Bureau regarding the Iowa City Airport's membership. He added that he was talking with Chuck Swanson recently to bring information regarding events at Hancher to the airport. I. Airport "Operations"; Strategic Plan -Implementation; Budget; and Airport Management — Tharp discussed his handout regarding Capital Improvement Fund Projects. Rettig asked for some clarification on several items in the expense report for September 2006. Tharp and Hartwig responded to her questions, giving some background on these issues. (TAPE ENDS) Hartwig mentioned that they will be meeting with the City Council before year-end to discuss the upcoming budget needs for the Airport. Rettig asked for an update on the observation area, and the discussion turned to this. The idea of working with various community groups was discussed briefly, and how they could help in this endeavor. J. Subcommittees' Reports — Tharp noted that bids are in for the Cleaning Committee, but that he and Farris have not yet had a chance to review them. K. FBO Staff Report — Hartwig noted that this Item was added to the agenda to give the FBO staff an opportunity to share information with the Commission. COMMISSION MEMBERS' REPORTS — Hartwig mentioned the "iawings" web site, on the Iowa DOT site, and stated that he saw the winners of the photo contest listed there. Staley noted that December is called "premature month" in recognition of babies born prematurely, and the March of Dimes is holding a candlelight vigil and program. He noted that they have asked for pink and blue lights as part of this program on the 140', and he stated that the tower will have pink and blue covers on that date for the celebration. Horan noted that he has been visiting the flightaware web site more often and that he will probably send Commission Members an email with a link to this information. Rettig stated that since the last meeting; she had the opportunity to fly to Minneapolis with Hartwig and she stated "for the record" that he is a very good pilot. She noted that she thoroughly enjoyed the flight. Rettig also stated that she would like to recognize that there are new Legislators for Johnson County, in both the State House and at the Federal level, and that their contacts with these representatives needs to continue. Airport Commission November 9, 2006 Page 6 of 7 STAFF REPORT — Dulek noted that the final City Council meeting in 2006 would be December 12''. SET NEXT REGULAR MEETING FOR: December 14, 2006 AT 5:45 P.M. ADJOURN — Meeting adjourned at 8:07 P.M. 0 Airport Commission November 9, 2006 Page 7 of 7 Airport Commission ATTENDANCE RECORD YEAR 2006 (Meeting Date) NAME TERM EXP. 1/12 219 319 4/13 511 5111 5/31 6/8 6/16 6/23 6/27 7/13 Daniel Clay 3/l/08 — -- --- --- --- -- --- --- --- -- -- --- Randy Hartwig 3/l/09 X X X X X X X X X O/E X X Greg Farris 3/l/07 O X X X X X X X X X O/E O/E John Staley 3/l/06 X X X X X X O/E X X O/E X X Howard Horan 3/1/08 X X X X X X X X X X X X Janette Rettig 3/1/12 --- --- X X X X X X X X X X ..Name...... 7/27 8/10 9/14 9/18 10/12 11/9 Randy Hartwig 3/1/09 X X X X X X Greg Farris 3/l/07 O/E X X X X X John Staley 3/1/10 X X X X X X Howard Horan 3/l/08 X X X X X X Janette Rettig 311/12 O/E X X X X X KEY: X = Present O = Absent O/E = Absent/Excused NM = No meeting --- = Not a Member 7 v Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. RESOLUTION ACCEPTING THE WORK FOR THE NORTH T-HANGAR TAXILANE AND NORTH PARKING LOT REHABILITATION WHEREAS, the Commission's consultant for the North T-Hangar Taxilane and North Parking Lot Rehabilitation, Earth Tech Inc., has recommended that the work on installation of the Willow Creek Box Culvert associated with the Runway 7 extension, by Iowa Bridge & Culvert Inc., be accepted as complete. WHEREAS, the final contract price is $186,700.21, and includes $174,073.17 from the original contract; $2000 from change order #1 and $12,448.56 from Change Order #2 and ($1821.52) in actual quantities installed. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: Said improvements are hereby accepted by the Iowa City Airport Commission. Passed and approved this day of CHAIRPERSON ATTEST: SECRETARY It was moved by and seconded by adopted, and upon roll call there were: Ayes Nays rM�, Approved by a" q--ojc, City Attorney's Office Absent Farris Hartwig Horan Rettig Staley the Resolution be EarthTech A Tyco Into mat Iona I Ltd. Company November 28, 2006 Mr. Randall D. Hartwig Iowa City Airport Commission 1801 S. Riverside Drive Iowa City, IA 52246 RE: T-Hangar Taxilane Rehabilitation IDOT AIP No. 9I-002-OIOW-100 Terminal Parking Lot Rehabilitation Airport Fund No. 473010 Iowa City Municipal Airport City of Iowa City, Iowa Earth Tech ID No. 88056 Dear Mr. Hartwig: 500 S.W. 7th Street P 515.244.1470 Suite 301 F 515.244.4803 Des Moines, IA 50309 w .earthtech.com Enclosed are three (3) copies of the [DOT Department of Aviation form for acceptance of a state -funded project. This project should be presented for final acceptance by the Commission at the December, 2006 commission meeting. The contractor completed repairs to Hangar A during the week of November 131h through November 17a', thus completing all items on their punchlist. Please sign all three (3) copies and return to our office for future processing. Once we have received an executed copy back from the IDOT, we will return a copy to your office. If you have any questions or require additional information, please feel free to contact our office at your convenience. Very truly yours, Earth Tech '3' 1� `-- David B. Hughes, P.E. Enclosures: As Noted L:hvork\pmjmt\86056\wp\t=c\M I n806.1tcdoc STATEMENT OF COMPLETION AND FINAL ACCEPTANCE OF WORK OF AIRPORT PROJECTS Contract # 4930 Project # AIP-IOW(28)-9I-52 Airport Name Iowa City Municipal Airport Airport Sponsor Iowa City Airport Commission Type of Project Airport Improvement Proiect (General Aviation Vertical Infrastructure or Airport Improvement Project) Description of Project Proiect involved reconstruction of the taxilanes in the north T-Hangar area at the Iowa City Municipal Airport. Proiect included removal of the existing asphalt surface installation of storm sewer along one section of taxilane, regrading and compaction of the existing base rock and placing a new asphalt pavement. Project Complete and Recommended for Acceptance Signature - rz o:a 3 • �! — Project Engineer or Project Manager �� ►r -rl�- 11. Approved and Work Accepted on Behalf of the City/Aviation Authority/Airport Commission Name: Title: Signature Signature Randall D. Hartwig Sponsor Representative Date: Date: Office of Aviation Program Manager i Engineering Parking Lot Change Order 1 Change Order 2 T-Hangar Taxilanes Change Order 2 Funding Breakdown Final Project Cost Summary North Taxilanes and Terminal Parking Lot Rehabilitation Iowa City Municipal Airport Contract $ 26,500.00 $ 14,789.50 $ 2,000.00 — Apron Repairs $ 4,151.59 — Subgrade Repairs Actual $ 26,329.06 $ 748.40 — Adjust to Actual Installed Quantities Final Parking Lot $ 21,689.49 $ 159,283.67 $ 8,296.97— Subgrade Repairs ($ 2,569.92) - Adjust to Actual Installed Quantities Final Taxilanes $ 165,010.72 TOTAL PROJECT $ 212,979.27 IDOT Grant Airport Budget — Line Item Parking Lot CIP Prepared by : Q EarthTech ATro Im[emational U Company $ 128,110.96 $ 20,000.00 $ 64,868.31 TOTAL $ 212,979.27 December 7, 2006 City of Iowa City MEMORANDUM TO: Airport Commission FROM: Susan Dulek, Assistant City Attorn DATE: November 30, 2006 RE: Offer to Purchase Lot 5 The City Manager has accepted an offer to purchase Lot 5 in Aviation Commerce Park, contingent on City Council approval. Enclosed please find copies of the following: 1. Offer to Purchase Real Estate and Acceptance; 2. Counteroffer; and 3. Exhibit B of the listing agreement among the City, the Commission, and Iowa Realty. IWI Motorparts/Faley Properties LLC has offered to buy Lot 5 for $420,000. The purchase agreement is contingent upon a 90-day feasibility period (often referred to as "due diligence" by realtors, during which the buyer can determine if it can use the lot as it intends), possibly giving notice to terminate the month -to -month lease with the school district, and the City rezoning the property to CI-1. Closing is to occur within 120 days of Council approval. As can be seen from Exhibit B, the Commission needs to make a recommendation to Council whether or not the offer should be accepted. At the Commission meeting, the recommendation can be done by a motion either to accept or reject the offer. Conveying property requires two Council meetings, and I believe that Council will set a public hearing on this matter at its December 12 meeting and that the public hearing will be on January 9, 2007. As a result, I do not anticipate Council taking action on the offer itself until January 9. Enc. Copy to: Michael Tharp-w/enc. Purchase and Sale Agreement Pagel OFFER TO PURCHASE REAL ESTATE AND ACCEPTANCE (PURCHASE AND SALE AGREEMENT) TO: City of Iowa City, an Iowa municipal corporation (hereinafter "City'). IWI Motorparts (hereinafter "Buyer"), hereby offers to buy all the City's right, title and interest in the real estate legally described as follows: Lot 5 (approximately 137,904 so of North Airport Development, Iowa City, Iowa, according to the plat thereof recorded at Plat Book 43, Page 182 with the Johnson County, Iowa Recorder (legal description to be approved by Buyer) together with all the City's right, title and interest in all Improvements, if any, located on the above= described real estate, and under any easement and servitudes for the benefit of the City, free and clear of all liens, encumbrances, reservations, exceptions and modifications except for the Permitted Exceptions, as defined below. The entirety of the above -described interests being conveyed shall hereinafter be referred to as the "Property". The Property shall be conveyed with good, clear, merchantable title, subject to the following "Permitted Exceptions": 1. Zoning and building laws and ordinances; 2. Subject to covenants, restrictions, reservations and easements of record approved by Buyer. In consideration of the covenants and obligations contained herein, the parties agree as follows: 1. PURCHASE PRICE. The purchase price shall be $399,921.00 (the "Purchase Price"), paid as follows: $5,000 with this offer to be deposited upon acceptance of this offer, in the trust account of Iowa Really Commercial, delivered to the City at the time of closing and transfer of possession, if any, and the balance payable in full at the time of closing and transfer of possession. 2. ABSTRACT AND TITLE. City shall promptly deliver to the Buyer for examination an abstract of title for the Property, continued to a date subsequent to the date of this Offer, prepared pursuant to Iowa Code Sections 614.29 through 614.38, Iowa Land Title Association Abstracting Standards, and Iowa Land Title Examination Standards of the Iowa State Bar Association. The abstract shall begin with the government patent to the Property and show merchantable title in City, subject only to Permitted Exceptions. The cost of the continuance of an existing abstract shall be paid by the City. The City shall pay all costs required to deliver marketable title to the Property and City shall pay the cost of any additional abstracting and/or Purchase and Sale Agreement Page 2 title work due to acts or omissions of City, including transfers or death of City or assigns. The abstract shall become the property of the Buyer when the Purchase Price Is paid in full. 3. DEED. At the time of closing and upon payment of the Purchase Price, City shall convey the Property to Buyer by Warranty Deed, free and clear of all liens, restrictions, and encumbrances. 4. POSSESSION AND CLOSING. Subject to the Buyers and City's timely performance of all obligations herein, closing shall be held at a time mutually agreed upon by City and Buyer, no later than three hundred thirty (330) days after formal approval of the agreement by the City Council of Iowa City pursuant to paragraph 16 of this agreement (the "Closing Date"). On and after the Closing Date and upon payment of the Purchase Price, the Buyer shall be entitled to immediate possession of the Property and to receipt of all rents and profits from the Property due thereafter, if any. 5. CONDITION OF THE PROPERTY. Buyer will purchase the Real Estate and improvements thereon in their present condition with no warranties or representations from City regarding the condition of the property or improvements thereon. Within ninety (90) days of format approval of this agreement by the City Council for City pursuant to paragraph 16 of this agreement, the Buyer, at its expense, shall have the right to conduct such investigations, inspections and inventories of the Property and conditions related to the Property, including but not limited to surveys, soil tests, well water tests and/or reports, environmental studies, review of zoning and/or other applicable legal regulations and costs of development, as it deems reasonable or necessary prior to closing. The City hereby grants the Buyer, its officers, agents, employees and independent contractors, the right to enter upon the Property at reasonable times upon reasonable notice, oral or written, from time to time after the date of this Offer for the purposes of investigating, inspecting and performing inventories of the Property and to determine if there are any environmental deficiencies, including hazardous materials, substances, conditions, or waste. Buyer shall indemnify and hold harmless City from and against any and'all expenses, claims, or.losses arising from or in connection with any activities of Buyer, its officers, agents, employees, or contractors on the Property prior to the Closing Date, including without limitation, any attorney's fees or court costs occasioned by such claims. Buyer shall be deemed to have approved of any such investigations, inspections and inventories unless written notice is delivered to City within ninety (90) days of formal approval of this agreement by the City Council for City pursuant to paragraph 16 of this agreement. In the event of disapproval of any such investigations, inspections and inventories, Buyer may terminate this agreement and all payments made shall be returned to Buyer. G. STATUS QUO MAINTAINED. The Property shall be preserved in its present condition and City shall deliver it intact at the time possession to the Buyer is given. All risk of loss or damage to the Property is on City until the Buyer takes possession. Prior to possession by the Buyer, City shall promptly give written notice to the Buyer of any loss or damage to the Property. In the event of loss, damage or destruction of all or part of the Property, the Buyer shall have the option to terminate this Agreement. effective immediately. However, in the case of loss, damage or destruction of all or part of the Property from causes covered by insurance, the Buyer shall have the option to either. (1) take possession of the Property and accept an assignment of all City's right, title and interest in and to any claims City has under the insurance policies covering the Property; or (2) terminate this Agreement effective immediately. Buyer shall be permitted to make a walk through inspection of the property prior to possession and closing, in order to determine that there has been no material change in the condition of the property except those mutually agreed upon. Purchase and Sale Agreement Page 3 7. TAXES. City shall pay a pro-rata share of any taxes on the Property (real and personal) for the fiscal year (July 1 - June 30) of Closing based on the Closing Date, and all unpaid taxes for prior years. The amount shall be calculated based upon the assessed valuation, legislative tax rollback, and real estate tax exemptions that will actually be applicable to and used for the•calculation of taxes payable in the fiscal year commencing July 1, 2006. If, at the time of closing the tax rate is not certified, then the most current, certified tax rate shall be used. 8. REMEDIES OF THE PARTIES, in the event of default hereunder, Buyer and City is entitled to utilize any and all remedies or actions at law or in equity available to them with respect to this agreement and shall be entitled to obtain judgment for costs and attorney fees as permitted by law. 9. SPECIAL ASSESSMENTS. City shall pay in full all special assessments on the Property which have been certified to the Johnson County Treasurer for collection before the Closing Date. 10. TIME IS OF THE ESSENCE. Time is of the essence of this agreement. 11. CONTRACTS BINDING ON SUCCESSORS IN INTEREST. The document shall apply to and bind the heirs, executors, administrators, partners, assigns, and successors in interest of the respective parties. 12. INTENTION OF USE OF WORDS AND PHRASES. Words and phrases contained herein, including the acknowledgement clause, shall be construed as in the singular and plural number, and as masculine, feminine or neuter gender, according to the context. 13. PARAGRAPH HEADINGS. The paragraph headings contained herein are for convenience in reference and are not intended to define or limit the scope of any provision of this document. 14. AGENCY DISCLOSURE. City is represented in this transaction by real estate agent Harry Wolf of NAI Iowa Realty Commercial. Buyer is represented in this transaction by real estate agent Sam Hanna of Prudential Partners Real Estate. 15. NOTICE. Any notice required under this agreement shall be deemed perfected when it is received in writing either by personal delivery or upon the date of the posting of said notice posted by Certified Mail. Such notices to City shall be sent or delivered to City of Iowa City, Attn. City Manager, 410 E. Washington St., Iowa City, Iowa, 52240. Such notices to Buyer shall be sent or delivered to IWI Motorparts 155 N. Crescent RDG, Dubuque, Iowa. 52003. 16. IOWA CITY COUNCIL APPROVAL. City's obligations under this agreement are contingent upon formal approval by the City Council for Iowa City, pursuant to Section 364.7 of the Code of Iowa. City shall seek said approval promptly after acceptance of execution of this agreement by the City Manager on behalf of the City. Purchase and Sale Agreement Page 4 17. DUE DILLIGENCE & ZONING NOTIFICATION. After formal City Council approval. Buyer has 30 Days Due Diligence without exception to determine the feasibility of intended use. If at any point within the 30 days buyer determines property is not feasible, Buyer may withdraw offer. The City hereby notifies buyer that property is currently zoned CC2. Any use not permitted in CC2 would be subject to review & approval by the City. Buyer recognizes Lot 5 is in flood plane and that fill might be needed to bring building above Flood plane. 18. TIME FOR ACCEPTANCE. If this offer is not accepted by the City Manager on behalf of the City on or before 12:00 P.M. on Friday, November 3rd, 2006, it shall become void and all payments shall be returned to Buyer. This Offer is presented to the City on this U 2006. Accepted this � r/day of Ord_ 2006. BUYER: BY: ecOy J O rc, (Q/_ This offer is accepted this day of , at (A.M. / P.M.) CITY OF IOWA CITY, IOWA BY: Stephen J. Atkins, City Manager MOV-27-2006 NON 01:32 PM IWI MOTOR PARTS FAX NO. 563 556 5756 P. 01 COUNTER OFFER To: City of Iowa City Faley Properties, 'LLC (Hereinafter "Buyer") hereby accepts the attached Offer to Purchase Real Estate and Acceptance (Purchase and Sale Agreement) executed by Faley Properties, LLC on October 24, 2006, Buyer agrees to the following modifications in said contract: 1. The Purchase Price of"399,921.00" in paragraph l of said contract is replaced with the purchase Price of $420,000.00". 2. The Closing Date of "no later than three hundred thirty (330) days after formal approval of the agreement by the City Council of Iowa City" in paragraph 4 of said contract is replaced with the Closing Date of "no later than one hundred twenty (120) days after formal approval of the agreement by the City Council of Iowa City" 3. Buyer recognizes Lot 5 is currently below flood plane and agrees to take Lot 5 in existing condition. 4. If this Counter Offer is not accepted by Seller on or before the 28ffi Day of November, 2006, at 5:00 o'clock P.M., it shall become void and all payments shall be returned to Buyer. 5. Seller may be required to give 30 day notice to current tenant/occttpant of property and deliver property free & clear of all lease obligations. 6. Offer is contingent upon City of Iowa City rezoning said property to CI-1. 7. Seller must provide plat and all comers of lot must be marked with survey pins. Dated this day of November, 2006 Buyer Faley Properties, LLC 1.;y: Teddy �F—t� er, (1`itle) This Counter Offer is accepted this 1— day of CITY OF IOWA CITY, TOWA BY: _'/���j/� -- Stephen .Atkin_ ity Manager NOV 27,2006 15:45 563 556 5756 Page 1 EXHIBIT B Aviation Commerce Park Lot Sale Procedures After Purchase Offer has been received by Agent: Agent delivers copy of Offer to City Manager and Airport Manager. 2. Agent works with Airport and City Manager on negotiating favorable terms and conditions, including but not limited to Counter -Offers. 3. Agent forwards copy of final terms and conditions to City Manager and Airport Manager. 4. City Manager may accept offer contingent upon approval by City Council. 5. Agent presents Offer, whether or not accepted by City Manager, to Commission for its recommendations. Commission makes recommendation to Owner. If Owner disagrees with Commission's recommendation, Commission and Owner shall, within a reasonable period of time, meet and discuss said offer prior to Owner's final action, but Owner retains sole right to accept or reject offer. 8. Owner votes on whether to accept offer. Prepared by: Susan Dulek, Asst. City Attorney, 410 E. Washington Street, Iowa City, IA 52240 (319) 356-5030 RESOLUTION NO. RESOLUTION AUTHORIZING THE CHAIRPERSON TO SIGN AND THE SECRETARY TO ATTEST TO AN AMENDMENT TO THE AGREEMENT WITH IOWA REALTY COMMERCIAL TO SELL AND/OR LEASE PROPERTY IN THE AVIATION COMMERCE PARK THAT EXTENDS THE TERM AND CHANGES THE PRICING MODEL. WHEREAS, the Iowa City Airport Commission, the Iowa City City Council, and NAI Iowa Realty Commercial have entered into a listing agreement ("Listing Agreement") to sell and lease the property known as the Aviation Commerce Park; WHEREAS, the parties subsequently extended the Listing Agreement four (4) times and the last extension will expire on January 22, 2007; WHEREAS, it is in the best interest of the Commission to approve the attached Sixth Amendment to Listing Agreement, which will extend the term by one year, will correct the description of the Property being marketed, and will amend the Pricing Model. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION THAT: The Chairperson is authorized to sign and the Secretary to attest to the attached Sixth Amendment to Listing Agreement. Passed and approved this day of ATTEST: SECRETARY 2006. CHAIRPERSON Approved by City Attorney's Office It was moved by and seconded by Resolution be adopted, and upon roll call there were: AYES: NAYS: ABSENT: Farris Hartwig Horan Rettig Staley the SIXTH AMENDMENT TO LISTING AGREEMENT WHEREAS, in Resolution No. 04-120, the City Council approved a listing agreement ("Listing Agreement") among the Airport Commission, the City Council, and NAI Iowa Realty Commercial to sell and lease the property known as the Aviation Commerce Park subdivision; WHEREAS, in Resolution No. 04-202, the City Council approved a six (6) month extension of the Listing Agreement, and the parties subsequently entered into an Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-36, the City Council approved a second, six (6) month extension of the Listing Agreement, and the parties subsequently entered into the Second Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-248, the City Council approved a third, six (6) month extension of the Listing Agreement, and the parties subsequently entered into the Third Amendment to the Listing Agreement; WHEREAS, in Resolution No. 5-316, the City Council approved an amendment to the Listing Agreement with respect to the pricing model, and the parties subsequently entered into the Fourth Amendment to the Listing Agreement; WHEREAS, in Resolution No. 6-14, the City Council approved an amendment to the Listing Agreement with respect to the pricing model, and the parties subsequently entered into the Fifth Amendment to the Listing Agreement that expires on January 22, 2007; WHEREAS, NAI Iowa Realty Commercial acknowledges that Harry Wolf will be its lead broker should the Listing Agreement be extended; WHEREAS, the parties wish to amend the description of the Property to reflect the resubdivision of lots 1-4 that occurred in 2003, and they also wish to amend the Pricing Model; WHEREAS, Paragraph 13 of the Listing Agreement provides that it may be amended by written agreement of the parties; and IT IS THEREFORE AGREED that: Paragraph 5 of the Listing Agreement is deleted in its entirety and the following new Paragraph 5 is substituted in lieu thereof: 5. TERM. The term of this Agreement and Agent's employment, right and authority shall expire on January 22, 2008. Exhibits D and E are deleted in their entirety, and new Exhibits D and E, which are attached and incorporated herein, are substituted in lieu thereof. All other terms of the Listing Agreement shall remain in full force and effect NAI IOWA REALTY COMMERCIAL Harry R. Wolf Regional Director THE IOWA CITY AIRPORT COMMISSION Randall D. Hartwig, Chairperson Attest: Secretary THE CITY OF IOWA CITY Marian K. Karr, City Clerk STATE OF IOWA ) ) ss: JOHNSON COUNTY ) Date Date Date Ross Wilburn, Mayor CITY ACKNOWLEDGMENT On this day of , 2007, before me, the undersigned, a notary public in and for the State of Iowa, personally appeared Ross Wilburn and Marian K. Karr, to me personally known, who being by me duly sworn, did say that they are the Mayor and City Clerk, respectively, of said municipal corporation executing the within and foregoing instrument; that the seal affixed thereto is the seal of said municipal corporation; that said instrument was signed and sealed on behalf of said municipal corporation by authority of its City Council; and that the said Mayor and City Clerk as such officers acknowledged that the execution of said instrument to be the voluntary act and deed of said corporation, by it and by them voluntarily executed. Notary Public in and for the State of Iowa Approved by �93 id°� -off City Attorney's Office ,!. 1-" Final Plat Xcrt4 Airport �purlopment—Vart �w = I-10 mm Mu... Iowa City, Iowa -471� -4 jjH =-F-44 Ljj-jT -T '17 MW ,11blK : a 2 7 2 mer ii /2 ...... LEGEND AND NOTES A. Q-AGo" 1A I A. Q-AGo" 1A I EXHIBIT "E" AVIATION COMMERCE PARK Pricing Model Lots Size/SF Purchase Price 1 - 17 1,620,701 $5,800,000 The above pricing is valid as of 200 . Pricing is subject to review and adjustment at Commission/Owner's discretion. AIRPORT MANAGEMENT AGREEMENT DRAFT THIS AGREEMENT made and entered into by and between the Iowa City Airport Commission (Commission) and Jet Air, Inc. (Jet Air) in Iowa City, Iowa. WHEREAS, the City of Iowa City (City) owns the Iowa City Municipal Airport (Airport) and whereas the Commission is authorized to manage and operate the Airport and where Jet Air is the current FBO at the Airport and whereas the Commission desires to contract with Jet Air to assist the Operations Specialist and grant authorities to Jet Air for the operation of the Iowa City Municipal Airport. that: NOW THEREFORE, it is hereby understood and agreed between the Commission and Jet Air Management. Jet Air will assist the Operations Specialist for the period of time as herein specified. Jet Air shall identify a responsible person, acceptable to the Commission, as company representative at the Airport. As defined in this Agreement, "Commission" shall mean the Iowa City Airport Commission Members appointed by the Iowa City, City Council. It is understood and agreed that Jet Air Shall be under the general supervision of the Iowa City Airport Commission Chairperson or his/her designee. 2. Term. Except as otherwise provided herein, the term of this Agreement shall be from January 1, 2007 until . Thereafter this Agreement shall automatically be renewed on a month -to -month basis. Either party may propose renegotiation of this Agreement in writing at anytime. This item(s) to be renegotiated may be effective either during the term of this Agreement or beyond the term of this Agreement. All renegotiated items must be agreed to by both parties. The commission shall not be obligated to pursue negotiations solely with Jet Air. This Agreement is not assignable to any third party. 3. Termination. Either party may terminate without cause this Agreement with 30 (thirty) days written notice or as mutually agreed to by the parties. This Agreement shall automatically terminate if a "Fixed Base Operator's Agreement" between the parties is terminated by default or allowed to expire. 4. Duties. That the duties of Jet Air shall include, but not be limited to the following: A. To actively promote the advancement of safety of aviation at the Airport B. Notify the Operations Specialist of the violation of any and all rules, regulations, safety policies, or ordinances of the Commission, City, and/or the State of Iowa and/or the United States Government of which it has knowledge; C. Jet Air will report and be responsible to the Commission Chairperson. Periodic reports will be made to the Commission when requested. Minimum information to be covered are; use and operation statistics, recommendations for improvements and other relevant information as may be from time to time required. D. Notify the Operations Specialist of any malfunctioning safety or communication equipment owned by the City and located at the airport. E. To issue Notices to Airmen, or to close the airport when, in the judgment of Jet Air, said closing is necessary for safety reasons. Jet Air will notify the Commission Chairperson in as reasonable timetiame upon decision to close the Airport. F. Jet Air shall assist, when necessary, in the maintenance and operational activity at the Iowa City Municipal Airport including mowing, snow removal as provided in Paragraph 5 below, equipment maintenance, structure maintenance, runway lights, and other normal maintenance and operational tasks consistent with accepted airport maintenance and operational standards. The Commission will provide the necessary equipment needed to perform the services specified in Paragraph 4 herein, including all parts and supplies necessary for "minor" repairs to structures and equipment. G. To facilitate the use of the meeting room on the top floor of the Airport Terminal consistent with the rules adopted by the Commission. H. Jet Air shall adhere to Commission purchase requisition and purchase order system. 5. Equipment. The Commission shall provide the following City equipment for Jet Air's use in pursuing these maintenance tasks: A. Pickup truck with blade B. Tractor with following attachments: blade, loader, mower C. Skid Loader D. Snow Fence E. Hand and Riding Mowers F. Fuel and parts for the above Jet Air shall not use the equipment listed above until the Commission trains Jet Air employees, who shall be designated by Jet Air, on the use and operation of said equipment. With regard to snow removal, Jet Air shall not plow or remove any snow on the "air side" of the airport, defined as the runways and approaches. The Commission shall consult with Jet Air on a regular basis as specific equipment needs arise. The Commission shall provide for maintenance of this equipment, except for minor repairs as above stated. 6. Maintenance. Jet Air shall not knowingly destroy or otherwise injure any City equipment assigned for its use, and will assign only qualified employees to operate the equipment 7. Fee. As compensation for such services rendered by Jet Air, the Commission shall pay jet Air a monthly fee in the amount of $750 beginning . Payments for the fast month will be due within 15 (fifteen) days following the execution of this Agreement, and all succeeding payments are due on the first day of each month. 8. Nondiscrimination. Jet Air for itself, its heirs, personal representatives, and successors in interest, as a part of the consideration hereof, does hereby covenant and agree that Jet Air shall use the premises in compliance with all other requirements imposed by or pursuant to 49 CFR 21, Nondiscrimination in Federally Assisted Program of the Department of Transportation, and as said regulations may be amended. Jet Air shall not discriminate against any person in employment or public accommodation because of race, religion, color, creed, gender identity, sex, national origin, sexual orientation, mental or physical disability, marital status, or classifying , promoting, or referring to employment. "Public accommodation" shall include but not be limited to providing goods, services, facilities, privileges and advantages to the public. 9. Landing Area — General Aviation Provisions. The Commission reserves the right, but shall not be obligated to Jet Air to maintain and keep in repair the landing area of the Airport and all the publicly owned facilities of the Airport, together with the right to direct and control all activities of Jet Air in this regard. The Commission reserves the right to further develop or improve the landing area and all publicly owned air navigation facilities of the Airport as it sees fit, regardless of desires or views of Jet Air and without interference or hindrance. The Commission reserves the right to take any action it considers necessary to protect the aerial approaches of the Airport against obstructions, together with the right to prevent jet Air from erecting, or permitting to be erected, a building or other structure on the Airport. The Commission shall have the right to enter in an agreement with the United States Government or the State of Iowa for military aircraft or naval use of part or all the landing areas, the publicly owned air navigation facilities and/or other areas or facilities of the airport. If any such agreement is executed, the provisions of this Agreement, insofar as they are inconsistent with the provision of the agreement with the government, shall be suspended. 10. Indemnification. Except for liability arising out of gross negligence or intentional willful misconduct, the Commission shall release, acquit, and forever discharge Jet Air, its officers, agents, and employees from all liability arising out of or connected with the use of City equipment or Jet Air personnel while performing the duties related to this Agreement. The Commission further agrees to indemnify, defend, and hold harmless Jet Air, its officers, agents, and employees against any and all claims, of whatever description, arising out of or connected with such use of City equipment or performance of duties related to this Agreement, except for liability arising out of gross negligence or intentional willful misconduct. 11. Insurance. Jet Air shall at its own expense procure and maintain general liability and casualty insurance m a company or companies authorized to do business in the State of Iowa, in the following amounts: Comprehensive General (or Premises) Liability - $1,000,000 per occurrence and $2,000,000 aggregate. Jet Air's insurance carrier shall be A rated or better by AM Best. Jet Air shall name the Commission and the City of Iowa City, as additional insured. Jet Air shall famish the Commission with a certificate of Insurance effecting coverage required by this agreement, and said certification shall provide for thirty (30) days notice of any material change or cancellation of the policy. Jet Air shall provide its employees with workers compensation coverage as required by Iowa law. 12. FAA. This Agreement shall be subordinate to the provisions of any existing or future agreement between the Commission and the United States relative to the operation or maintenance of the Airport, the execution of which has been, or may be required as a condition precedent to the expenditure of federal funds for the development of said Airport. IN WITNESS WIIEREOF, the parties hereto have hereunto affixed their signatures this day of 2006. Iowa City Airport Commission Chairman Date Approved By: City Attorney's Office Date Jet Air, Inc. Date Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Dr, Iowa City IA 52246 319-350-5045 RESOLUTION NO. RESOLUTION ADOPTING PARKING POLICY. WHEREAS, the Iowa City Airport Commission wishes to adopt a parking policy for vehicles located at the Iowa City Municipal Airport; and WHEREAS, the Iowa City Municipal Parking Policy is reasonable and should be adopted by the Commission. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT: The Iowa City Municipal Parking Policy is adopted, a copy of which is attached. Passed and approved this day of .2006. CHAIRPERSON ATTEST: SECRETARY It was moved by and seconded by adopted, and upon roll call there were: Ayes Nays Approved by City Attorney's Office Absent the Resolution be Farris Hartwig Horan Rettig Staley IOWA CITY MUNICIPAL AIRPORT VEHICLE PARKING POLICY DEFINITIONS: VEHICLE: Any device in, upon or by which a person or property is or may be transported or drawn upon a highway or street, excepting devices moved by human power or used exclusively upon stationary rails or tracks, and shall include, but not be limited to, motor vehicle, automobile, truck, trailer, motorcycle, tractor, buggy, wagon or any combination thereof, whether or not licensed for the current year. (1978 Code §24-102; amd. 1994 Code; Ord. 00-3954, 12-19-2000; Ord. 01-3963, 4-3-2001) INOPERABLE/OBSOLETE VEHICLE: Any device in, upon or by which a person or property is or maybe transported or drawn upon a highway or street, excepting devices moved by human power or used exclusively upon stationary rails or tracks, and shall include, but not be limited to, motor vehicle, automobile, truck, trailer, motorcycle, tractor, buggy, wagon or any combination thereof, and not licensed for the current year as required by law and/or which exhibits any one of the following characteristics: A. Any vehicle or part of a vehicle with a broken windshield or any other broken glass. B. Any vehicle or part of a vehicle with a broken or loose fender, door, bumper, hood, wheel, steering wheel, trunk top or tailpipe. C. Any vehicle lacking an engine or one or more wheels or other structural parts which renders such vehicle totally inoperable. D. Any vehicle or part of a vehicle which is a habitat for rats, mice or snakes or any other vermin or insects. E. Any vehicle or part of a vehicle which, because of its defective or obsolete condition, constitutes a threat to the public health and safety. F. Any vehicle that is not capable of moving in both forward and reverse gears. SHORT TERM — Any period lasting not longer than 14 days LONG TERM — Any period lasting 14 or more days TRANSIENT LONG TERM — Vehicles located at the airport for the purposes of transporting frequent aircraft passengers to and from the Iowa City Municipal Airport Parking at the Iowa City Municipal Airport will be restricted to Airport Users, Guests, and members of the public using facilities located at the Iowa City Municipal Airport. The Iowa City Airport has 3 areas surrounding the Terminal Building which have parking spaces marked. These areas are separated into 3 categories: Long- term, Short-term, and FBO / Staff. Proximity to each other results in the capabilities of overflow from one area being contained in either of the other lots. See attached map for layout The following are the fees and requirements to park vehicles at the Iowa City Municipal Airport: Short Term: Long Term: Vehicles parked in designate short term area. No fee Parking 14 days or more requires check -in with Airport or FBO personnel, which will included Vehicle License plate number, Owners Name, Contact Number. A fee of $20 per month payable at the time of check -in will be required. Transient Long Term: Vehicles stored at the airport for purposes of transporting frequent visitors shall be registered with Airport or FBO personnel. Registration shall include License Plate Number, Name of Vehicle Owner, Primary Contact, Address, and Spare Keys to move the vehicle for Snow Removal or Construction. A Parking placard will be purchased for the fee of $200 and shall be good for 1 year. This parking placard will be valid based on the Calendar Year and the 15t Year will be prorated based on purchase date. Vehicles will be parked in the Long Term Lot. Parking will be in designated spaces as depicted by parking signs. The Airport reserves the right to tow, at the owner's expense, any vehicles parked in violation of this policy. South Riverside Drive B1 KI a ■ �IIIIUf64l5V BIIB Bldg -D ■ � ° O �lSUlll ll rx- Bldg I{ Bldg I r D ' Bldg G Rldg J Bldo F Bldg K Parking Area Layout ,AA'� 1 i LONGOTERM RESTRICTED I! I PARKING PARKING i i 1 4 F KINGREGISTER R THAN INSIDE YS SEE IDE TERMINAL AL BLDG. t f BUILDING PARKING AIRPORT i i PARKING POLICY IN EFFECT Prepared by: Michael Tharp, Operations Specialist, 1801 S. Riverside Or, Iowa City IA 52246 319-350-5045 RESOLUTION NO. RESOLUTION ACCEPTING A PROPOSAL FROM MIDWEST JANITORIAL SERVICE, INC FOR CLEANING AND JANITORIAL SERVICES AT THE IOWA CITY MUNICIPAL AIRPORT WHEREAS, A Request for Proposals was issued by the Iowa City Municipal Airport for Cleaning and Janitorial Services for the Iowa City Municipal Airport; and WHEREAS, the proposal, a copy of which is attached, submitted by Midwest Janitorial Service, Inc. was found to be acceptable. NOW, THEREFORE, BE IT RESOLVED BY THE IOWA CITY AIRPORT COMMISSION, THAT: 1. The Proposal submitted by Midwest Janitorial Service, Inc. is accepted. 2. The Chairperson is hereby authorized to sign and the Secretary to attest the purchase order for the above mentioned services. Passed and approved this day of 12006. CHAIRPERSON ATTEST: SECRETARY It was moved by adopted, and upon roll call there were: Ayes and seconded by Nays Approved by City Attorney's Office Absent the Resolution be Farris Hartwig Horan Rettig Staley r RFP #07-31, Page 1 of 28r�,--,moo? rr.iw� CITY OF IOWA CITY 410 EaM Warhlnylo. Slr[Cl Iowa City, Iowa 52240 1926 0191 356.5000 (3I9) 3S64009 VAX ... Asor.nr6 Request for Proposal #07-31 The City of Iowa City intends to enter into a contract for janitorial services for the Iowa City Municipal Airport. A Pre -Submission Conference will be held at the Iowa City Municipal Airport, 1801 S Riverside Dr., Iowa City, IA. The conference will be held on October 18, 2006 at 10:00 An Central Time. All interested Proposers must attend the Pre -Submission Conference in order to be considered for this award. The Pre -Submission Conference will provide each contractor with an opportunity to discuss the City's requirements, to discuss the specifications related to the project, and to ask questions that pertain to this Request for Proposal. Please review the following Request for Proposal before attending the Pre -Submission Conference. RFP #07-31, Page 2 of 28 1 r 1 °'pit DATE: October 10, 2006 �'m` CITY OF IOWA CITY 410 East Washington 54c0 Ima REOUESTFOR PROPOSAL: (3193 3s6-City. s2240-18:6 n oon (319) 356-5009 FAX #07-31, JANITORIAL SERVICES FOR THE IOWA CITY MUNICIPAL AIRPORT 1cs°v ors NOTICE TO PROPOSERS: Sealed Proposals will be received at the Office of the City Clerk, until the time and date specified below, for: JANITORIAL SERVICES FOR THE IOWA CITY MUNICIPAL AIRPORT ADDRESS PROPOSALS TO: Attention of the City Clerk's Office, City Hall, 410 E. Washington St., Iowa City, IA 52240-1826. Proposals shall be sealed and clearly marked on the front "Request for Proposal for Janitorial Services for the Iowa City Municipal Airport, RFP #07-31." FAXED Proposals will not be accepted. PROPOSALS ARE DUE NO LATER THAN: 2:30 p.m., November 2, 2006. Bidders shall submit three (3) copies of their proposal. The City is not responsible for delays occasioned by the U.S. Postal Service, the internal mail delivery system of the City, or any other means of delivery employed by the bidder. Similarly, the City is not responsible for, and will not open, any proposal responses which are received later than the date and time stated above. BONDS AND INSURANCE: Insurance is required for this proiect, as specified in Section IV. —B No bid security or performance bond is required. QUESTIONS: All questions and clarifications regarding this Request for Proposal can be answered by calling or e-mailing the following representatives no later than October 26, 2006: Detailed Specifications: Mike Tharp Operations Specialist michae1-tharp@iowa-citv.ora (319)356-5045 M-R, 10:00 a.m. — 3:00 p.m. Purchasing: June Nasby Buyer IT june-nsby@iowa-city.org (319)356-5076 M-F, 8:00 a.m. — 5:00 p.m. Section I. Vendor Checklist Section II. Specific Conditions and Instructions to this Proposal Section III. Cleaning Specifications Section IV. General Conditions and Instructions to Proposers Section V. Questions Section VI. References Section VII. Pricing & Company Information Form RFP #07-31, Page 3 of 28 SECTION I. VENDOR CHECKLIST DOCUMENTS REQUIRED TO BE SUBMITTED WITH THIS PROPOSAL (Please review the following checklist to make sure the documents are included in all three (3) copies of your proposal) A summarized letter of the vendor's proposal on the vendor's letterhead stationary. The letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. Acceptance or exception to our terms must be noted in the letter. A completed Questions form (Section V). A minimum of three (3) comparable references from companies or agencies of current work being performed with similar cleaning requirements. Include the company or agency's name and address, the name, title, phone number of each reference, and the number of years cleaning for that company or agency. References from other City of Iowa City employees will not be accepted (Section VI). A completed and signed Pricing and Company Information Form (Section VII). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the proposal price for all required equipment, materials, labor, travel, delivery and shipping fees. In order to determine a bidders qualifications, each bidder shall furnish a narrative statement listing comparable contracts which they have performed during the last two (2) years, together with a general history of their operating organization. Include a complete plan for the performance of work. RFP #07-31, Page 4 of 28 SECTION II. SPECIFIC CONDITIONS AND INSTRUCTIONS TO THIS PROPOSAL A. SCOPE OF WORK: The City of Iowa City is requesting proposals for janitorial services at the Iowa City Municipal Airport. The work consists of providing janitorial services inclusive of labor, equipment, materials, and supplies to clean the facilities in accordance with the tasks and frequencies for the performance of the projected work. Areas that will be included are: lobby area, two (2) restrooms, vending area, flight service room, second floor meeting room, elevator, and airport manager's office. The Contractor shall thoroughly complete each task in a professional, workmanlike manner, and shall use quality equipment and materials that comply with all current regulations. The safety of workers, passersby, and the public shall be paramount. B. PERIOD OF CONTRACT: I. The initial term of this contract shall be for one (1) year. No price escalation will be allowed during the original term of this contract. The City and the vendor may renew the original contract for four (4) additional one-year time periods by mutual agreement. 2. Notice of intent to renew will be given to the contractor in writing ninety (90) calendar days prior to expiration date of the current contract. This notice will not be deemed to commit the City of Iowa City to a contract renewal. 3. Requests for proposed price changes after the initial term of the contract must be submitted in writing to the Purchasing Agent sixty (60) days prior to contract start date. Documentation for price increases shall include, but not be limited to, actual material invoices, copies of commercial price lists, provision of appropriate price indices, etc., which reflect said increases. The City reserves the right to accept or reject price increases, to negotiate more favorable terms, or to terminate without cost, the future performance of the contract. C. VENDOR QUALIFICATIONS: 1. Bidders must demonstrate they have the resources and capability to provide janitorial service with in-house staff as described herein. 2. Bidders must demonstrate they have been in business providing similar service for at least the last three (3) years. 3. Proposals will be considered only from responsible organizations or individuals now or recently engaged in the performance of building janitorial service contracts comparable to those described herein. D. CONTRACT SPECIFICATIONS AND REQUIREMENTS: 1. The Contractor shall provide all labor, materials, and equipment necessary for cleaning services, except as otherwise specified hereinafter. Tasks shall be performed with nothing but the highest of standards at no less than the frequencies set forth herein. 2. All services provided, and materials used, shall be in accordance with acceptable industry standards. Products used shall be environmentally safe, used in accordance with product directions and be subject to approval by the City Representative(s). The Contractor shall provide material safety data sheets (MSDS) for all products to the City Representative(s). 3. The Contractor shall be responsible for ensuring that all reasonable precautions are taken to protect furnishings, fixtures, equipment, computers, telephones, copying machines, flooring, window coverings, carpeting, fax machines, telecommunications and electrical equipment and cables, and all other physical objects in facilities being cleaned. Upon verification by the City Representative(s) of causes and costs of damage, Contractor shall pay City for said damage. RFP #07-31, Page 5 of 28 4. The Contractor shall furnish all supplies necessary for the performance of the contract, at no cost to City, including all trash receptacles, trash receptacle liners, sanitary napkins, paper towels, toilet paper, toilet seat covers, hand soap, and all related dispensers. Other supplies include but are not limited to: • Toilet paper shall be of 100% post consumer waste content, double ply such as Fort Howard or approved equivalent. • Paper towels shall be of 100% post consumer waste content, semi bleached, multi- fold such as Fort Howard or approved equivalent. • Paper toilet seat covers. • Walk -off mats shall be provided at all exterior entrances to the building and in all kitchen areas. Mats to be a minimum of 18 linear feet by 3 feet wide. Walk -off mats to be provided by the Contractor at no additional cost. The mats are to be in "like new" condition, all matching in style and color, and of a color compatible with the building color scheme. Mats should be on a regular service/cleaning schedule to maintain a clean appearance at all times. Minimum rotation shall be every two (2) weeks. • The Contractor shall provide sanitary napkins and tampons for existing dispenser units. Contractor shall collect and keep the money. If dispensers become inoperable, it is the Contractors' responsibility to notify the City Representative(s) of repairs or replacement. Note: Dispensers shall be restocked nightly and napkin disposal container shall be emptied and sanitized daily. 5. The Contractor is responsible for supplying all paper goods, soaps, cleaners, etc., currently in use in the building bathrooms, kitchens, etc. or equivalent substitutions approved by the City Representative(s). 6. The Contractor shall be responsible for refilling or restocking dispensers in accordance with the Cleaning Specifications. The Contractor shall also ensure proper distribution and monitoring of these materials/supplies so as to prevent waste, theft or other abuse. 7. The Contractor, as a component of the bid cost(s), shall provide all: chemicals, cleaning agents, floor stripper, floor sealer and finish, carpet shampoo and spotting agents, furniture cleaner and polish, chrome or other metal polish, graffiti remover, and other cleaning related supplies. All cleaning agents, finishes, and polishes are subject to review and approval by the City Representative(s). 8. The City Representative(s) shall identify and authorize the Contractor to use a designated area for storage as needed. If the designated area is shared with the City, the Contractor shall clearly identify materials and supplies belonging to the Contractor. The City shall provide, if possible and available, a locked storage area. 9. All supplies provided by the Contractor shall be compatible with the existing dispensers. 10. All necessary cleaning equipment including power drive floor scrubbing machines, back pack vacuum, high dusting equipment, waxing and polishing machines, industrial floor and upholstery vacuum cleaners, and all necessary motor trucks, etc. needed for the performance of the work of this contract shall be furnished by the Contractor. Such equipment shall be of the size and type customarily used in work of this kind and no equipment shall be used which is harmful to the buildings or their contents. 11. Electrical power (110) volts will be furnished by the City of Iowa City at existing power outlets for the Contractor's use to operate such equipment as is necessary in the conduct of their work. The Contractor shall be responsible for any damage caused to the electrical outlets and their covers caused by the improper disconnection of equipment. Hot and cold water will also be made available as necessary for cleaning. RFP #07-31, Page 6 of 28 12. Adequate paper supplies and hand soap shall be stored in locked housekeeping closets. Designated City Representative(s) will have keys to these closets in the event supplies become short during the day and need replenishment. 13. The Contractor shall provide a method(s) to enable the City to contact a representative of the Contractor, to take necessary action regarding inquiries, complaints and emergencies. The Contractor shall reply to the City within one (1) hour after it is contacted by the City. 14. The Contractor shall verify that all floor finishes, seals, spray buff solutions and other such chemicals applied to non -carpeted floors provide adequate protection against slippery floors. Any observed instances of slippery or slick floors shall be corrected immediately upon discovery. 15. The Contractor shall use only germicidal disinfectants that bear an Environmental Protection Agency (EPA) Registration Number. 16. The Contractor shall perform monthly on site safety checks of both the interior and exterior of the facility. The safety checks will be recorded on site and be posted in each facility office on a form provided by the City Representative(s). 17. The Contractor shall, within ten (10) working days after the effective date of the Contract, submit a work schedule to the City Representative(s) for review and approval. Said work schedule shall be based on a twelve-month calendar identifying and delineating the time frames for the required work (i.e., weekly, monthly, semi-annual, and annual tasks) by the day of the week, week, and month. 18. The Contractor shall submit revised schedules when actual performance differs substantially from planned performance. Said revisions shall be submitted to the City Representative(s) for review, and if appropriate, approval, within five (5) working days prior to scheduled time for the work. 19. At the discretion of the City, monthly meetings between the Contractor and the City Representative(s) may be scheduled to determine progress and address any changes in schedules, problem areas, etc. 20. Changes or variations in scheduling may be necessitated by City special events etc. The Contractor shall adapt any or all schedules to City requests. 21. The Contractor shall not interfere with the public use of the sites and shall conduct its operations as to offer the least possible obstruction and inconvenience to City employees and the public or disruption to the peace and quiet of the area within which the custodial services are performed. 22. Unless otherwise provided in this Request for Proposal, the name of a certain brand, make or manufacturer does not restrict bidders to the specific brand, make or manufacturer named; rather, it conveys the general style, type, character, and quality of the article desired. Bids on brands of like nature and quality will be considered. If bidding on other than the referenced brand(s), bid must show manufacturer, brand or trade name, catalog number, etc. of the alternate offered. The burden of proof as to quality and suitability of an alternate brand shall be upon the Bidder and it shall famish information necessary for such detemtination and as required by the City at no cost to the City. The City shall be the sole judge as to the quality and suitability of the alternate brand. If Bidder does not refer to an alternate brand, and takes no exception to the specifications or reference data, Bidder will be required to furnish brand names, numbers, etc., as specified. Bidders must certify that item(s) bid upon meet and/or exceed specifications. 23. Samples, if required, must be furnished at no cost to City on or before date specified; if not destroyed in examination, they will be returned to Bidder, if requested, at Bidder's expense. Each sample must be marked with Bidder's name and address, City request for proposal number. DO NOT ENCLOSE IN OR ATTACH BID TO SAMPLE. RFP #07-31, Page 7 of 28 24. The quantities specified in this Request for Proposal are estimated only, and are given for the information of proposers. They do not indicate the actual quantity which will be ordered, since such volume will depend upon requirements which develop during the contract period. Quantities shown shall not be construed to represent any amount which the City shall be obligated to purchase under the contract, or relieve the Contractor of his obligation to fill all orders placed by the City. E. EMERGENCY HOUSEKEEPING SERVICE: 1. The Contractor shall have available, one staff person who can respond to daytime housekeeping emergencies. The person shall be fully trained in safe and sanitary housekeeping procedures, be an employee of the Contractor, and be familiar with the facility. 2. The Contractor shall be required to have an emergency telephone number. This number shall be provided to the City representative prior to start of service. 3. The Contractor shall respond, on -site within two (2) hours after the emergency number is activated (called) by the City. 4. Failure to respond on -site within two hours, or not sending a trained custodian familiar with the facility can result in cancellation of the contract. 5. Contractor shall invoice for an hourly, portal-to-portal rate, for one person to provide this emergency service. Contractor shall allow a minimum of two (2) hours each time this service is activated. F. OSHA GUIDELINE COMPLIANCE: 1. MATERIAL SAFETY DATA SHEETS - Contractor shall furnish to the City Representative(s) copies of Material Safety Data Sheets (MSDS), for all products used, prior to beginning service. Contractor must update copies of the MSDS on an annual basis. In addition, each time a new chemical or cleaning product is introduced into any facility, a copy of that product's MSDS must be provided to the City Representative(s), prior to the product being used. 2. The Material Safety Data Sheets must be in compliance with OSHA Regulation 1910.1200, paragraph g. 3. LABELING OF HAZARDOUS MATERIALS - Contractor shall comply with OSHA regulation 1919.1200, paragraph f, concerning the labeling of all chemical containers. 4. CAUTION SIGNS - Contractor shall use caution signs as required by OSHA Regulation 1910.144 and 1910.145 at no cost to the City. Caution signs shall be on -site on commencement of the contract. 5. OSHA GUIDELINES OF BLOOD PATHOGENS - Contractor shall comply with the OSHA Standard 29CFR1910.1030 Blood Borne Pathogens as it pertains to the training, safety and equipment needed for all employees engaged in custodial service. Contractor shall be responsible for compliance on date of Contract acceptance and shall provide proof to the City Representative (s). 6. Due to the nature of custodial work, proof of compliance with OSHA regulation 1920.1200, Hazard Communication, shall be provided to the Contract Administrator upon commencement of this Contract. 7. Failure of the Contractor or their employees to comply with all applicable laws, regulations and rules shall permit City to immediately terminate this Contract without liability. RFP #07-31, Page 8 of 28 8. The Contractor shall purchase and issue all chemicals in their original containers. Materials that require precautionary warnings shall have affixed to all containers such labels or markings as are prescribed by law, regulatory agencies or this contract. Marking or labeling of materials containing hazardous or toxic substance or wastes shall be in accordance with all Federal, State and Loudoun County laws, ordinances, rules and regulations. G. EMPLOYEES OF THE CONTRACTOR: 1. Custodians shall be employees of the Contractor, day laborers are not acceptable. 2. Custodians employed by the Contractor shall be fully trained and skilled in safe and proper housekeeping techniques. The Contractor shall provide sufficient documentation to demonstrate adequate training has been provided. Failure to do so may be ample cause for rejection of the bid. The use of custodians who are not adequately trained may be sufficient grounds for termination of the contract Emphasis should be placed on Handling Hazardous Materials (proper clean up of blood and body fluids). 3. The Contractor shall obtain criminal, background checks on all contract personnel at the start of this contract or upon employment, and at least once per year thereafter. The Contractor shall inform the City Representative(s), by certified mail, of any criminal convictions of any type for contract personnel within five (5) days of obtaining the information. Background checks must be complete before any of the Contractor's personnel will be allowed on -site. 4. Contractor shall supply the City Representative(s) with a current list of all emnlovees that will perform work at the facility(s). Each of these employees shall be adequately trained and have had criminal background checks. If the Contractor uses employees not on the list, the City may order that person(s) off the property and deduct the cost of a full eight (8) hours labor from the monthly invoice. Repeated use of employees not on the current list, may be grounds for termination of the contract 5. All employees shall wear uniforms that bear the company name/logo. Uniforms shall be approved by the City Representative(s) and shall not be dirty, stained, or tom. 6. Identification badges shall be furnished by the Contractor and worn by all Contractor's employees while on City premises. The badge shall have the employee's picture, name, signature. 7. Access to the building shall be as directed by the City Representative(s). Contractor's employees may not leave the premises during working hours except in cases of emergency and on approval of the City Representative(s). Contractor will be supplied with a list containing point of contacts and corresponding phone numbers to contact in case of an emergency. Access to designated restricted areas is forbidden to Contractor's employees. Restricted areas will be designated by the authorized City Representative(s). All doors shall be locked on completion of cleaning. H. PROPOSAL REQUIREMENTS: 1. If any bidder is in doubt as to the intent or meaning of any part of this Request for Proposal, the bidder should contact the City representatives listed on page two (2) of this document by October 26, 2006. Requests for interpretation of specifications may be e-mailed to the Buyer II. 2. Bidders are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting a proposal. The submission of a proposal by a vendor constitutes vendor acceptance of the terms and conditions herein, unless otherwise stated. 3. The format of the vendor's proposal must be consistent with the format of the specifications listed. 4. The bidder is responsible for all costs related to the preparation of this proposal. 5. The City reserves the right to add similar items/services or delete items/services specified in the contract as requirement change during the course of the contract Prices for items/services to be RFP 407-31, Page 9 of 28 added to the Contract will be mutually agreed to by the City and the Contractor. A Contract amendment will be issued for each addition or deletion. 6. The City of Iowa City reserves the right for a presentation and/or demonstration of the proposed janitorial services from the Bidder; this request shall be at no cost to the City. 7. Proposed pricing shall specify F.O.B. destination and include all shipping charges. 8. Responses may be rejected if the vendor fails to perform any of the following: a. To adhere to one or more of the provisions established in this Request for Proposal b. To demonstrate competence, experience, and ability to provide the equipment and services described in this Request for Proposal c. To submit a response on or before the deadline and complete all required forms d. To fulfill a request for an oral presentation and/or demonstration e. To respond to a written request for clarification or additional information 9. Bidders must submit three (3) copies of their proposal containing the following items: a. A summarized letter of the vendor's proposal on the vendor's letterhead stationary. The letter must be signed by an officer of the vendor or a designated agent empowered to bind the firm in the contract offer. Acceptance or exception to our terms must be noted in the letter. b. A minimum of three (3) comparable references from companies or agencies of current work being performed with similar cleaning requirements. Include the company or agency's name and address, the name, title, phone number of each reference, and the number of years cleaning for that company or agency. References from other City of Iowa City employees will not be accepted (Section VI). c. A completed and signed Pricing and Company Information Form (Section VII). The City is not responsible for the vendor's failure to provide information and pricing on required items. In this instance the prices submitted will prevail as the bid price for all required equipment, materials, labor, travel, delivery and shipping fees. d. In order to determine a proposers qualifications, each bidder shall furnish a narrative statement listing comparable contracts which they have performed during the last two (2) years, together with a general history of their operating organization. e. A completed Questions form (Section V). f. Include a complete plan for the performance of work. L CONTRACT AWARD: 1. The vendor's proposal must be complete to be considered for award. 2. The vendor shall not subcontract any part of this contract without the prior written approval of the City. All subcontractors working on this contract must be employed by and responsible to the awarded vendor. Bidder will be responsible for any and all warranties issued by subcontractors. 3. The City reserves the right to qualify, accept, or reject any or all vendors as deemed to be in the best interest of the City. The City of Iowa City reserves the right to accept or reject any or all proposals and to waive irregularities or technicalities in any proposal when in the best interest of the City. The City of Iowa City reserves the right to accept or reject any exception taken by the vendor to the terms and conditions of the Request for Proposal. 4. It is the City's intent to make an award within Sixty (60) working days of the proposal due date. RFP 907-31, Page 10 of 28 5. Award, if made, will be in accordance with the terms and conditions herein. 6. Award, if made, shall be in the form of a Purchase Order. 7. Any change to the contract must be approved in writing by the Purchasing Agent and the Contractor. 8. Consideration may be given to, but not limited to, the vendor's performance references, vendor's experience and expertise in the subject industry including number of current employees, the vendor's ability to comply with the requirements of this proposal, and pricing, City's perception of the vendor's understanding of the City's stated needs and specifications, as evidenced by vendor's proposal response. 9. Awarded vendor(s) will be required to complete the City's Contract Compliance Document for any contract that is valued at $25,000 or more. The Contract Compliance Document must be completed and returned to the City before commencement of work. 10. Awarded vendor(s) will be required to submit a current certificate of insurance prior to delivery and commencement of work. The certificate of insurance shall include the following items: • The City of Iowa City will be named as additional insured • Project bid number and project title as the description • Insurance carriers will be rated as A or better by A.M. Best J. WORK SITE: I. The Contractor shall at all times keep the adjacent areas of the property free from debris and the accumulation of any waste materials. 2. The Contractor shall maintain a safe work environment at all times. Safety will be the sole responsibility of the Contractor. The Contractor shall take all necessary precautions for the safety of the City's and Contractor's employees and the general public and shall erect and properly maintain at all times all necessary facility safeguards for the protection of the Contractor's employees and the general public. If necessary, the Contractor shall post signs warning against hazards in and around the work site. 3. The Contractor, in carrying the requirements of this contract, must employ methods or means that will not cause interruption of or interference with the work of any other Contractor or City personnel at the site. The Contractor's work schedule and activities to complete this project must be coordinated with the City Representative(s). K EVALUATION PROCESS: An evaluation committee will independently evaluate the merit of proposals received in accordance with the evaluation factors defined in the RFP. Failure of the bidder to provide any information requested in the RFP may result in disqualification of the proposal and shall be the responsibility of the bidder. The evaluation process shall be based on a 100 point scale. The proposal that accrues the highest point total shall be recommended for award subject to the best interests of the City of Iowa City. It is required that the proposal receive a minimum of 80 points in order to be considered for this award. Categories have been identified for the evaluation process. Each category shall receive a point value within the specified range based on how well the proposal meets or exceeds the City's requirements. The following table lists the maximum points associated with each category. Each proposal submitted stands alone and will be evaluated on its own merits in terms of meeting the City's requirements and terms and conditions, pricing, installation schedule, and overall responsiveness to the Request for Proposal. "Vendor submission of a proposal implies vendor acceptance of the evaluation technique and vendor recognition that some subjective judgments shall be made by the City of Iowa City during assignment of points." RFP #07-31, Page 11 of28 POINT CATEGORY ASSIGNED POINTS 1. Work Plan 15 2. Customer Satisfaction/Experience/References 20 3. Pricing 50 4. Responsiveness to Proposal 15 Total 100 The above conditions and instructions clarify this specific bid document, but are in addition to the attached GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS (Section M. RFP 407-31, Page 12 of 28 SECTION III. CLEANING SPECIFICATIONS A. FLOORS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall begin cleaning operation by sweeping floor with a treated dust -mop to remove all dirt, dust, trash, particles, and other debris. The Contractor shall utilize a mildly abrasive pad (or equivalent) to remove all scuff marks, scars, streaks, spills, stains, gum, tar, and other foreign substances. The Contractor shall then wet mop the floor. When wet mopping, the Contractor shall ensure that the floors, walls, baseboards, corners, thresholds, and adjacent surfaces are free of dirt, dust, marks, scars, streaks, spills, stains, gum, tar, and other foreign substances, including those resulting from the cleaning equipment and the splashing of cleaning solution. The Contractor shall ensure that all cleaning solutions have been mixed according to manufacturer's directions and are appropriate for the floor surface. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of weUslippery floors. (Restroom floors are addressed under "Restrooms.") Monthly: The Contractor shall damp mop floor with approved neutral base cleaner and cool water, ensuring that the mop is damp and not overly wet. This operation shall take place after the daily cleaning operation has been completed. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. Quarterly: The Contractor shall damp mop, and then spray buff floor(s) with an approved floor wax and a high-speed polisher with an abrasive pad. This operation shall take place after the daily cleaning operation has been completed. Excessive wax build-up shall not be present on floor, comers, or baseboards. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. (Restroom floors are addressed under "Restrooms.") Yearly: The Contractor shall strip and wax floor(s) with an approved floor wax. Entire room or corridor shall be completed in one operation, and shall be completed in accordance with the manufacturer's recommendation. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. (Restrooms floors are addressed under "Restrooms.") B. CARPETS AND FLOOR MATS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall begin cleaning operation by removing all paper, gum, rubber bands, staples, paper clips, and other debris from the carpet. The Contractor shall then use a carpet vacuum to remove surface soil and embedded grit from all areas accessible to the carpet vacuum. Chairs and trash receptacles shall be moved to vacuum underneath, and then replaced in their original positions. The beater bars or brush of the vacuum shall be adjusted to correspond to the pile height of the carpet. A tank vacuum with a crevice tool and brush attachment shall be used to clean all areas, which are inaccessible to the carpet vacuum. The Contractor shall also spot clean the carpet to remove all spots, stains, gum, tar, and other foreign substances. When spot cleaning carpet, the Contractor shall use a spray foam product and a soft bristle brush to agitate the area; any dampness shall be removed by blotting area with a clean soft cloth. The City Representative(s) shall be notified if spot cleaning effort is not effective. Three (3) times per year: The Contractor shall thoroughly clean carpet (i.e., carpeted area) using the water extraction method. The Contractor shall begin cleaning operation by removing all movable furnishings from the carpeted area, placing the furnishings in an appropriate temporary location. All paper, gum, rubber bands, staples, paper clips, and other debris shall be removed from the carpeted area. The Contractor shall then use a carpet vacuum to remove surface soil and RFP #07-31, Page 13 of 28 embedded grit. All spots and stains shall be treated with an approved spot cleaning solution and a soft bristle brush. Spot cleaning should continue until as much of the spot or stain as possible has been removed. Water extraction equipment shall be operated over the entire carpeted area. All instructions provided by the manufacturers of the water extraction equipment and cleaning solutions shall be followed. After allowing sufficient drying time, the Contractor shall vacuum the carpeted area following a pattern, which will give the carpet pile a uniform appearance. The Contractor shall conclude the operation by replacing furnishings in their original locations. C. CLEANING WALL, WALL CABINETS AND PARTITIONS: Weekly: The Contractor shall spot clean walls, including light switches, wall cabinets, and partitions to remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, mold, and other foreign substances. The Contractor shall ensure that the walls, wall cabinets, and partitions are uniformly clean, and that there are no smudge spots on the wall overlaps, and that water/cleaning fluids are not spilled onto floors or adjacent areas. D. CLEAN GLASS DOORS, PARTITIONS AND PANELS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall spot clean glass doors, glass partitions, and glass panels. The glass surfaces shall be completely cleaned and dried, and shall present a uniform appearance free of all dirt, grime, smudges, stains, streaks, and foreign substances. E. CLEAN DOORS AND DOOR FRAMES: Weekly: The Contractor shall spot clean doors, including door glass and handles, and door frames to remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, and other foreign substances. The Contractor shall ensure that water/cleaning fluids are not spilled onto floors or adjacent areas. F. CLEAN CEILING VENTS AND LIGHT FIXTURES: Three (3) times per year: The Contractor shall dust and spot clean the ceiling vents and light fixtures to remove all dirt, particles, and cobwebs. The Contractor shall notify the City Representative(s) of burned out light bulbs and missing or damaged ceiling tiles. G. CLEAN FURNISHINGS IN THE PUBLIC LOBBY AND LOUNGE AREA: Weekly: The Contractor shall spot clean all furnishings (i.e., furniture) such as desks, chairs, cabinets, display cabinets, counters, tables (not including coffee shop tables), and other furnishings, including legs and bases as is appropriate to type. Furnishings shall be free of dust, particles, lint, litter, stains, smudges, fingerprints, gum, tar, grease, marks, streaks, and foreign substances. Items on top of the furnishings shall not be disturbed during the cleaning procedure. Wood: The Contractor shall use a soft clean cloth and an approved aerosol polish to clean surfaces. Wood famishings shall not have an oily fihn when the surface is rubbed lightly with fingertips. Hard surface (other than wood): The Contractor shall use a sponge, clean cloth, and spray bottle of neutral detergent or glass cleaner to clean washable surfaces. Glass cleaner shall be used on all glass surfaces. After cleaning, these surfaces shall have a clean, uniform appearance, free from streaks, spots, and other evidence of removable soil. Vinyl: The Contractor shall wipe surfaces down with a cloth or sponge with an'appropriate cleanser, re -wipe with a clean damp cloth, and dry with a clean cloth. Cloth: The Contractor shall use a lightly treated dust cloth, tank vacuum with dusting attachment, or a combination thereof to clean surfaces. When spot cleaning cloth fumishings, the Contractor shall use a spray foam product and a sponge to agitate the area, any dampness shall be removed by blotting area with a clean soft cloth. The Contractor shall notify the City Representative(s) if spot -cleaning effort is not effective. RFP 907-31, Page 14 of 28 H. DUST CLOCKS, LAMPS, TELEPHONES, TELEVISIONS. AND VIDEO CASSETTE RECORDERS: Bi-Weekly: The Contractor shall dust/polish, with a treated cloth, the exterior surfaces of all clocks, lamps, televisions and video cassette recorders. These items shall be free of dust, dirt, smudges, and fingerprints. I. DUST LEDGES, SHELVES, AND OTHER HIGH SURFACES: Bi-Weekly: The Contractor shall dust ledges, windowsills, air conditioner tops, shelves, and other high surfaces. These items shall be free of dust, dirt, cobwebs, and other foreign substances. J. EMPTY AND CLEAN TRASH RECEPTACLES: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall empty all trash receptacles. Liners shall be replaced daily. All bash must be bagged before it is placed in the dumpster. The interiors and exteriors of trash receptacles will be tree of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which are found to contain liquids or other substances which could be the cause of odors shall be washed out and dried before new liners are installed. The Contractor shall place the removed trash into the dumpster/container located in the exterior trash enclosure. No trash should be left on the ground around the enclosure, or on top of the enclosure. K. CLEAN WINDOWS, WINDOW SILLS, AND VENETIAN BLINDS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall dust and spot clean all window flames below six (6) feet so that they are free of dust, dirt, grime, streaks, graffiti, and other foreign substances. The Contractor shall also spot clean windows to remove all smudges, fingerprints, marks, streaks, graffiti, or foreign substances discovered on interior windows. Two (2) times per year: The Contractor shall thoroughly clean all interior and exterior windows, screens, and venetian blinds with a mild detergent so that they are free of dust, grime, and other foreign substances. L. CLEAN ENTRANCE GLASS: Bi-Weekly: The Contractor shall clean the interior and exterior sides of the entrance glass, entrance doors, and adjacent windows. The surfaces shall be completely cleaned and dried, and shall present a uniform appearance free of all dirt' grime, smudges, stains, streaks, and foreign substances. M. CLEAN STAIRS AND STAIRWAYS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall clean stairs and stairways, including landings, in accordance with the specifications for "CLEAN FLOORS: Resilient Tile & Concrete" and "WALLS, WALL CABINETS & PARTITIONS." The Contractor shall also spot clean handrails, using a clean cloth and/or a sponge and cleaning solution, to remove all dust, dirt, cob webs, grease, oily film, fingerprints, stains, soils and other foreign substances. N. CLEAN DRINKING FOUNTAINS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall use an approved germicidal disinfectant, applied from a spray bottle, a clean sponge, small brush or mildly abrasive pad to remove all hard water deposits, obvious soil, streaks, smudges, and foreign substances from the drinking fountain and entire cabinet. RFP #07-31, Page 15 of 28 O. CLEAN RESTROOMS: Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): Clean & Disinfect Sinks, Toilets, Urinals, Exposed Plumbing - The Contractor shall use a germicidal detergent, a clean sponge, abrasive pad, toilet bowl mop, clean cloth and cleanser to completely clean and disinfect all exposed surfaces of sinks, toilets, and urinals. The cleaning shall include the drying and polishing of all exposed hardware. The interior of toilets, toilet seats, and urinals shall be scoured using a bowl mop. After the interior has been scoured, the fixture shall be flushed and the water level followed down with a circular motion of the bowl mop to remove stains and chemical rings. After cleaning, the fixtures shall present a clean, bright, shiny appearance. Fixtures shall be free of all visible soil, scales, blood, feces, rust stains, scum, streaks, oily smudges, mineral deposits, and other foreign substances. All metal hardware such as flush valves, faucet valves, and faucets shall be wiped dry and be free of streaks, spots, stains, etc. Inoperable or broken fixtures shall be immediately reported to the City Representative(s). Clear Sink, Urinal & Toilet Stoppages - The Contractor shall attempt to clear all toilet and sink stoppages by use of a plunger or other device. If the attempt to clear the stoppage(s) has failed, the Contractor shall post an 'but of order" sign on the sink, urinal, or toilet stall door, and shall immediately report the stoppage(s) to the City Representative(s). Where main sewer stoppages occur, the Contractor shall secure/lock the restroom, post an 'but of order" sign on the restroom door, and shall immediately report the stoppage to the City Representative(s). Clean Walls, Partitions, Door Frames & Door Handles - The Contractor shall spot clean walls, partitions (including the interiors of toilet stalls and doors), door frames, and door handles to remove all dirt, cobwebs, graffiti, grease, marks, blood, feces, stains, smears, mold, and other foreign substances. The Contractor shall ensure that water/cleaning fluids are not spilled onto floors or adjacent areas. Clean & Disinfect Restroom Floors - The Contractor shall begin cleaning/disinfecting operation by sweeping floor with a dust mop or broom to remove all dirt, dust, trash, particles, and other debris. The Contractor shall also remove all feces, blood and vomit by flushing it down the floor drain, by use of water blaster, if necessary. The Contractor shall then thoroughly wet the entire floor utilizing a wet mop, mop bucket and wringer, and a germicidal disinfectant solution. The solution must be allowed to remain on the floor for three to four minutes, and shall then be agitated using a scrub brush or an abrasive pad. The cleaning solution shall be removed using a well -wrung mop, or it may be squeegeed to the floor drain. After being mopped, the floor shall have a uniform appearance with no streaks, film, swirl marks, detergent residue, mop strings, and grout should be free of mold or other evidence of soil. The Contractor shall ensure that there are no splash marks or mop streaks left on fixtures, walls, baseboards, trash receptacles, etc. Empty & Clean Trash Receptacles - The Contractor shall empty all trash receptacles. Liners shall be replaced daily. The interiors and exteriors of trash receptacles will be free of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which are found to contain liquids or other substances which could be the cause of odors shall be washed out and dried out before new liners are installed. The Contractor shall place the removed trash into the dumpster/container located in the exterior trash enclosure. No trash should be left on the ground around the enclosure, or on top of the enclosure. Clean Mirrors - The Contractor shall remove all soil, streaks, smudges, film, and foreign substances from the mirror surface and frame using glass cleaning solution (in a spray bottle) and a cloth. Minor surface shall be polished with a clean, dry cloth so that it presents a uniform, clean appearance. Adjacent shelves shall be cleaned in the same manner. Fill & Clean Paper Dispensers - The Contractor shall refill all paper towel, toilet tissue, sanitary napkin, and other paper dispensers to the proper fill level. The Contractor shall also wipe clean the dispensers and adjacent surfaces with a germicidal detergent to remove hand prints and smudges. RFP #07-31, Page 16 of28 Fill & Clean Soap Dispensers -The Contractor shall refill all soap dispensers to their proper fill level, in accordance with manufacturer's instructions. The Contractor shall also wipe clean the dispensers and adjacent surfaces, removing any spills created during the refilling process. The Contractor shall check all dispensers for proper operation, and shall report inoperative devices to the City Representative(s). P. BATHROOM FLOORS: Annually: Strip and Seal Floors - The Contractor shall strip and seal floors, with an approved sealer. No wax shall be applied. The Floor shall be free of dirt, dust, mold, streaks, marks, stains, cleaning application residue, watermarks, cleaning equipment marks, splashing, and dissolved and finished particles, and other foreign substances. Walls, baseboards, and other surfaces shall be clean and free of watermarks, cleaning equipment marks, and splashing. The Contractor shall ensure that baseboards, tile, fixtures and other equipment is not damaged, disfigured, or impaired. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. Clean Ceiling Vents, and Light Fixtures - The Contractor shall thoroughly clean, using a germicidal disinfectant and sponge or clean cloth, the ceiling vented and light fixtures to remove all dirt, grease, particles, cobwebs, and other foreign substances. The Contractor shall not use a hose or other means for this operation. Q. CLEAN EXTERIOR: Daily: Remove Litter - The Contractor shall collect and remove all litter and debris located in the parking lot, driveways, shrub beds, entrances, stairways, and patios. Litter/debris shall be placed into the dumpster/container located in the exterior trash enclosure. No trash should be left on the ground around the enclosure, or on top of the enclosure. Sweep Entryways, Walkways & Stairs - The Contractor shall sweep the entryways, walkways (i.e., sidewalks) and stairs to remove all dirt, debris, and litter. The Contractor shall ensure that sweeping operations do not pose a hazard to people using the facility. Clean Handrails - The Contractor shall spot clean handrails, using a clean cloth and/or a sponge and cleaning solution, to remove all dust, dirt, cobwebs, grease, oily film, fingerprints, stains, soils, and other foreign substances. Empty and Clean Exterior Trash Receptacles - The Contractor shall empty all exterior trash receptacles and replace plastic liners daily. The interiors and exteriors of trash receptacles will be free of trash, liquids, gum, grease, and other foreign substances. Those trash receptacles which are found to contain liquids or other substances which could be the cause of odors shall be washed out and dried out before new liners are installed. The Contractor shall place the removed trash into the dumpster/container located in the exterior trash enclosure. No trash should be left on the ground around the enclosure, or on top of the enclosure. Weekly: Wash Front & Rear Entryways - The Contractor shall hose down and scrub, with a stiff broom or brush, the front and rear entryways and the adjacent walkways, to the east and the west, within 25 ft. Entryways and adjacent walkways shall be free of dirt, stains, litter, debris, bird droppings, and other foreign substances. Work shall be completed in one operation and shall take place after 8:00 p.m. Yellow caution tape shall be placed at a suitable perimeter around the work site, and "wet floor" or caution signs shall be strategically placed. Monthly: Entryway covered ceiling— Wipe down and remove all cobwebs and dirt. RFP #07-31, Page 17 of 28 IL VENDING AREA Three (3) times per week (Preferably Tuesday, Thursday and Saturday, but are flexible): The Contractor shall begin cleaning operation by sweeping floor with a treated dust -mop to remove all dirt, dust, trash, particles, and other debris. The Contractor shall utilize a mildly abrasive pad (or equivalent) to remove all scuff marks, scars, streaks, spills, stains, gum, tar, and other foreign substances. The Contractor shall then wet mop the floor. When wet mopping, the Contractor shall ensure that the floors, walls, baseboards, commis, thresholds, and adjacent surfaces are free of dirt, dust, marks, scars, streaks, spills, stains, gum, tar, and other foreign substances, including those resulting from the cleaning equipment and the splashing of cleaning solution. The Contractor shall ensure that all cleaning solutions have been mixed according to manufacturer's directions and are appropriate for the floor surface. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. (Restmom floors are addressed under "Restrooms.") Annually: Strip and Seal Floors - The Contractor shall strip and seal floors, with an approved sealer. No wax shall be applied. The Floor shall be free of dirt, dust, mold, streaks, marks, stains, cleaning application residue, watermarks, cleaning equipment marks, splashing, and dissolved and finished particles, and other foreign substances. Walls, baseboards, and other surfaces shall be clean and free of watermarks, cleaning equipment marks, and splashing. The Contractor shall ensure that baseboards, tile, fixtures and other equipment is not damaged, disfigured, or impaired. The Contractor shall take the necessary precautions, including the display of "wet floor" signs, to ensure that facility users are advised of wet/slippery floors. Clean Ceiling Vents, and Light Fixtures - The Contractor shall thoroughly clean, using a germicidal disinfectant and sponge or clean cloth, the ceiling vented and light fixtures to remove all dirt, grease, particles, cobwebs, and other foreign substances. The Contractor shall not use a hose or other means for this operation. S. EMERGENCY CUSTODIAL SERVICES: Emergency services may include, but are not limited to, cleaning up spills, leak, floods, sickness, animal wastes, breakage, etc. In the event an emergency situation is of such magnitude the regularly scheduled tasks cannot be accomplished, the City Representative(s) shall be so informed. Emergency services shall be judged according to the nature of the procedure (i.e. separate standards apply to each function) and on the responsiveness to the situation. RFP #07-31, Page 18 of 28 Section IV — REOUEST FOR PROPOSAL CITY OF IOWA CITY — PURCHASING DIVISION GENERAL CONDITIONS AND INSTRUCTIONS TO PROPOSERS The general rules and conditions which follow apply to all proposals issued by the City unless other- wise specified. Proposers or their authorized agents are expected to fully inform themselves as to the conditions, requirements, and specifications before submitting proposals; failure to do so shall be at the proposer's own risk. REQUEST FOR PROPOSAL(RFP): is defined as a request for an offer, by one party to another, of terms and conditions with reference to some work or undertaking. This document constitutes a REQUEST FOR PROPOSAL, and is thus a solicitation for responses. Conversely, this REQUEST FOR PROPOSAL is NOT a bid and is not governed by state or federal bidding requirements. Moreover, any acceptance of a proposal shall NOT result in a binding contract between the City and the proposer, but instead will simply enable negotiations to take place which may eventually result in a detailed and refined agreement or contract between the proposer and the City. "Proposal date" as referenced herein shall mean the local date and time specified in the proposal documents. A. CONDITIONS FOR PROPOSING 1. COMPLETENESS/AUTHORIZATION OF PROPOSAL. Proposer shall supply all information and submittals required by the proposal documents to constitute a proper proposal. The proposal shall clearly state the legal name, address, telephone number, and fax number of the proposer. The proposal shall be signed above the typed or printed name and title of the signer. The signer shall have the legal authority to bind the proposer to the proposal. 2. ADDRESSING OF PROPOSAL. Unless otherwise specified, faxed proposals will not be accepted. Proposal shall be submitted in a sealed envelope or box clearly marked on the front with proposal number and due date, and unless otherwise specified, addressed to: City Clerk's Office City of Iowa City City Hall - 410 E. Washington St. Iowa City, Iowa 52240 3. PROPOSAL DEADLINE. Proposer shall be responsible for taking whatever measures are necessary to ensure that the proposal reaches the office of the City Clerk or other specified agent on or before the local time and date specified. The City shall not be responsible for, and may not consider, any proposal delayed in the postal or other delivery service, or in the City's internal mail system, nor any late proposal, amendment thereto, or request for withdrawal of proposal received after the date specified. Proposals received after the time and date specified on the Request for Proposal will not be opened and will not be considered for award. A written request for withdrawal of a proposal or any part thereof may be granted, provided the request is received in writing by the City prior to specified proposal date. 4. RECEH'T OF PROPOSALS. Unless otherwise required by the Iowa Public Records law, during the process of negotiations, no proposals shall be handled so as to permit disclosure to competing proposer's of the identity of the proposer with whom the City is negotiating or the contents of the proposal. RFP #07-31, Page 19 of 28 5. PROPOSALS BINDING 120 DAYS. Unless otherwise specified, all formal proposals submitted shall be binding for one hundred and twenty (120) calendar days following proposal date, unless the proposer(s), at the City's request, agrees in writing to an extension. 6. TRADE SECRETS OR PROPRIETY INFORMATION. The laws of Iowa require that at the conclusion of the. selection process the contents of all proposals be placed in the public domain and be open to inspection by interested parties. Trade secrets or proprietary information that are recognized as such and protected by law may be withheld. 7. MULTIPLE PROPOSALS. Proposers may submit more than one proposal, provided the additional proposal or proposals are properly submitted on the proposal forms or in the proposal format. 8. COMPETENCY OF PROPOSER No proposal may be accepted from or contract awarded to any person, firm or corporation which is in arrears or in default to the City of Iowa City upon any debt or contract. Prior failure of a proposer to perform faithfully on any previous contract or work for the City may be grounds for rejection. If requested, the proposer, shall present evidence of performance ability and possession of necessary facilities, pecuniary resources and adequate insurance to comply with the terms of these proposal documents; such evidence shall be presented within a specified time and to the satisfaction of the City. 9. COLLUSIVE PROPOSING. The Proposer certifies that the proposal is made without any previous understanding, agreement or connection with any person, firm, or corporation making a proposal for the same project, without prior knowledge of competitive prices, and that the proposal is in all respects fair, without outside control, collusion, fraud or otherwise illegal action. 10. OFFICERS NOT TO BENEFIT. Upon signing this agreement, Consultant acknowledges that Section 362.5 of the Iowa Code prohibits a City officer or employee from having an interest in a contract with the City, and certifies that no employee or officer of the City, which includes members of the City Council and City boards and commissions, has an interest, either direct or indirect, in this agreement, that does not fall within the exceptions to said statutory provision enumerated in Section 362.5 11. EQUAL EMPLOYMENT OPPORTUNITY. All proposers are subject to and must comply with the provisions of the City's EEO policy and applicable local, state and federal anti -discrimination laws. All City contractors, subcontractors or consultants with contracts of $25,000 or more (or less, if required by another governmental agency) must abide by the requirements of the City's Contract Compliance. Emergency contracts are exempt from this provision. B. INSURANCE 1. INSURANCE REQUIREMENTS The successful proposer shall provide insurance as follows: a. Certificate of Insurance: Cancellation or Modification (1) Before commencing work, the Proposer shall submit to the City for approval a Certificate of Insurance meeting the requirements specified herein, to be in effect for the full contract period. (2) The Proposer shall notify the City in writing at least thirty (30) calendar days prior to any change or cancellation of said policy or policies. (3) Cancellation or modification of said policy or policies shall be considered just cause for the City of Iowa City to immediately cancel the contract and/or to halt work on the contract, and to withhold payment for any work performance on the contract. b. Minimum Covers RFP #07-31, Page 20 of 28 (1) Any policy or policies of insurance purchased by the Proposer to satisfy their responsibilities under the proposal shall include contractual liability coverage, and shall be in the following type and minimum amounts: Insurance Requirements Formal Project Specs: Class II (over $IM) TYM of Coverage Each Occurrence Aggregate a. Comprehensive General Liability (1) Bodily Injury & Property Damage $1,000,000 $2,000,000 b. Automobile Liability Combined Single Limit (1) Bodily Injury & Property Damage $1,000,000 c. Excess Liability $],000,000 $1,000,000 b. Worker's Compensation Insurance as required by Chapter 85, Code of Iowa. The City requires that the Contractor's Insurance carrier be A rated or better by A.M Best. WHEN ADDITIONALLY REQUIRED: d. Errors & Omissions $500,000 e. Fidelity Bond (minimum) $ 50,000 c. Hold Harmless; Endorsement Required (1) The Proposer, including their subcontractors, contractors, employees, representatives or agents, shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees, and agents from any and all liability, loss, cost, damage and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions or suits based upon or alleging bodily injury including death, or property damage rising out of or resulting from the Proposer's operations under this document. (2) Proposer is not, and shall not be deemed to be, an agent or employee of the City of Iowa City, Iowa (3) Responsibility for Damage Claims (1107.12 Iowa Supreme Court) — Notwithstanding the above, it is specifically agreed between the parties executing this contract that it is not intended by any of the provisions of any part of the contract documents to create in the public or any member thereof a third party beneficiary hereunder, or to authorize anyone not a party to this contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of this contract. It is understood that no subcontractor is a third party beneficiary to any contract between the Contracting Authority and the prime contractor. Nothing in any special provision or any supplemental specification shall be construed as eliminating or superseding the requirements of this section. C. SPECIFICATIONS 1. FORMAL SPECIFICATIONS. The proposer shall abide by and comply with the true intent of the specifications (i.e., not take advantage of any unintentional error or omission). Whenever mention herein is made of a service to be provided in accordance with laws, ordinances, building codes, underwriters' codes or similar expressions, the requirements of these laws, ordinances, etc., shall be construed as the minimum requirements of the specifications. The absence of a written list of deviations submitted with the proposal shall hold the proposer strictly accountable to the City and to the specifications as written. Any unauthorized deviation from the specifications may be grounds for rejection of the service when delivered RFP #07-31, Page 21 of 28 2. PROPOSED ALTERNATE. When an item is identified in the bid document by a manufacturer's name or catalog number, it is understood that the bidder proposes to fianish the commodity and/or service so identified by the City unless the bidder specifically proposes an alternate. In bidding on a proposed alternate, the bidder shall clearly state on his/her bid exactly what he/she proposes to famish, and forward with his/her bid, a complete description of the proposed alternate, including brand, model number, drawings, performance and test data, references, and any other information necessary for a complete evaluation. Bidder shall include a statement setting forth any changes in other materials, equipment, or other work which would be required by incorporation of the proposed alternate. The burden of proof of the merit of the proposed alternate is upon the proposer. The City's decision to approve or disapprove of a proposed alternate shall be final. 3. QUALIFICATIONS, CREDENTIALS AND REFERENCES. The proposer shall provide a description of qualifications, credentials, experience, and resources as they relate to the provision of the proposal. The proposer shall also provide a list of clients for whom similar work has been performed within the last two years, including the firm, contact person, address, and phone number of each contact person. 4. ADDENDUM TO SPECIFICATIONS. Any substantive interpretation, correction or change of the proposal documents shall be made by written addendum. Unless otherwise specified the addendum will be posted to the City of Iowa City web -site www.icgov.ore/commodities.asp. Interpretation, corrections or changes of the proposal documents made in any other manner shall not be binding. Such interpretations, corrections or changes shall not be relied upon by proposer. Any addenda shall be issued by the City within a reasonable time prior to the proposal date. It is the proposer's responsibility to visit this web -site to insure that they have received all important addenda or revisions to the Request for Proposal prior to bidding. D. SELECTION OF FIRM 1. REJECTION OF PROPOSALS. The City reserves the right to accept or reject any or all proposals, to waive irregularities and technicalities, and to request resubmission. The City also reserves the right to reject the proposal of any proposer who has previously failed to perform properly or complete on time contracts of a similar nature, or a proposal from a proposer who, investigation shows, is not in a position to satisfactorily and timely perform the contract. 2. SELECTION. The City desires to enter into negotiations and ultimately reach an agreement with a Proposer who demonstrates the best combination of attributes to conduct the project, and who also negotiates a project cost with the City that is fair and reasonable. The City may conduct discussions with any proposer who has submitted a proposal to determine qualifications, for fiuther consideration. Since the initial review by the City will be deemed preliminary in nature, the document and process will be deemed confidential until such time as the successful proposer is selected. Criteria for selection will include but not be limited to: - ability to provide the type and quality of service that best meets the needs of the City. - organization, size, management and structure of the firm to provide service. - experience and qualifications of the persons with supervisory and management assignments, especially relating to similar work assignments. - satisfactory reference checks of clients on similar projects. - previous and existing compliance with laws and ordinances relating to contracts with the City and to the proposer's employment practices. - whether the proposer is in arrears to the City, in debt on a contract or is a defaulter on a surety or other agreement with the City. - if a reasonable doubt arises as to proposer's solvency, the City reserves the right to require financial information sufficient to show solvency. - cost estimate; the City is not required to accept the proposal with the lowest cost estimate. Once the City has reached an agreement with the Proposer, a purchase order will be issued to the awardee. The purchase order will define the conditions of the contract between the City and the contractor selected to receive the award. RFP #07-31, Page 22 of 28 3. CORRECTIONS TO SUBMITTED PROPOSALS. Any changes that are made to this proposal using correction fluid, writing utensils, etc. before submission must be dated and initialed in each area that a change was made. 4. PRICING REQUIREMENTS. All pricing submitted by the bidder shall be indicated in both words and figures. (Ex. $200.50, Two hundred dollars and fifty cents). 5. PRESENTATIONS. When required and based on an evaluation of proposals submitted, the City may select finalists who will be required to participate in interviews, including key personnel designated for the proposal, and to make presentations regarding their qualifications and their ability to furnish the required service to best serve the needs of the City. Formal presentations will be scored and evaluated by a committee. The evaluation committee will make a recommendation to the City Manager and if required, to the City Council for final approval. Nothing in the proposal can obligate the City to enter into a contract. 6. FEDERAL TRANSIT FUNDS. Purchases utilizing Federal Transit funds are not eligible for local or state purchase. 7. ERRORS IN PROPOSAL. Any ambiguity in any proposal as a result of omission, error, lack of clarity or non-compliance by the proposer with specifications, instructions and conditions shall be construed in the light most favorable to the City. Changes in proposals shall be initialed and dated. E. GENERAL CONTRACT PROVISIONS 1. CONTRACT AWARD. Upon City's selection and satisfactory negotiation between City and Proposer on the work to be performed, a written award in the form of a Purchase Order, contract or other instrument shall result in a binding contract without further action by either party. The contract shall be on forms provided by the City; or if the proposer's contract document is used, the City reserves the right to modify any document to conform to the request for proposal and to do so in the light most favorable to the City. 2. INSURANCE. Current Certificate of Insurance in the amounts specified shall be on file with the City before work can commence. 3. AVAILABILITY OF FUNDS. A contract shall be deemed valid only to the extent of appropriations available to each project. The City's extended obligation on these contracts which envision extended funding through successive fiscal periods shall be contingent upon actual appropriation for the following fiscal year. 4. CONTRACT ALTERATIONS. No alterations or variables in the terms of a contract shall be valid or binding upon the City unless authorized in writing by both parties. 5. SUBLETTING OF CONTRACT. Proposer shall not assign, transfer, convey, sublet or otherwise dispose of the contract or their right, title or interest therein, or their power to execute such contract to any other person, firm or corporation without the prior written consent of the City, but in no case shall such consent relieve the Proposer from their obligations, or change the terms of the contract. 6. CONTRACT PERIOD. Contract shall remain in force for the full specified period and until all services have been satisfactorily delivered and accepted and thereafter until all requirements and conditions shall be met, unless: a. Extended upon written authorization of the City and accepted by contractor, for a period negotiated and agreed upon by both parties, when in the best interest of the City. RFP #07-31, Page 23 of 28 b. Terminated due to default, as described below. 7. DEFAULT. The contract may be cancelled or annulled by the City in whole or in part by written notice of default to the Proposer upon non-performance, violation of contract terms, delivery failure, bankruptcy or insolvency, or the making of an assignment for the benefit of creditors. The City reserves the right to grant Contractor a specified cure period during which to cure or remedy the default, which cure period shall be included in the written notice of default. If default is not cured within the specified time, City reserves the right, but is not obligated to, extend the cure period or City may deem the Contract terminated without further notice. In either event, the defaulting Contractor (or his/her surety) shall be liable to the City for cost to the City in excess of the defaulted contract price. Lack of knowledge by the Contractor will in no way be a cause for relief from responsibility. If the Contract is terminated, an award may then be made to the next qualified proposer; or when time is of the essence, services may be contracted in accordance with Emergency procedures. 8. INDEMNITY. The Proposer shall indemnify, defend and hold harmless the City of Iowa City and its officers, employees and agents from any and all liability, loss, cost, damage, and expense (including reasonable attorney's fees and court costs) resulting from, arising out of, or incurred by reason of any claims, actions, or suits based upon or alleging bodily injury including death, or property damage rising out of or resulting from the Proposer's operations under this Contract, whether such operations'be by the Contractor or by any Subcontractor or by anyone directly or indirectly employed by either. Proposer is not, and shall not be deemed to be, an agent or employee of the City of Iowa City. Proposer further agrees to: a. Save the City, its agents and employees harmless from liability of any nature or kind for the use of any copyright or uncopyright composition, secret process, patented or unpatented invention, article or appliance of which the Proposer is not the patentee, assignee, licensee or owner, furnished or used in the performance of the contract. b. Obtain all uermits and licenses required by city, state and federal governments and pay all related fees. The Proposer shall also comply with all laws, ordinances, rules and regulations of the City, State of Iowa and the Federal Government. 9. NON-DISCRIMINATION. Proposer shall not discriminate against any employee or applicant for employment or any member of the public because of race, color, creed, religion, national origin, sex, sexual preference, disability, marital status, gender identity or age, in keeping with the Equal Employment Policy Statement, or otherwise commit an unfair employment practice. Proposer further agrees that this non- discriminatory agreement shall be incorporated by the Proposer in all contracts entered into with suppliers of commodities and/or services, contractors and subcontractors, and all labor organizations furnishing skilled, unskilled and craft union skilled labor, or who may perform any such labor or services in connection with this contract. F. PAYMENT PROVISIONS 1. PAYMENT TERMS. Payment may be made only after inspection and acceptance by the using department. Payment of balances shall be made only after approval and final acceptance by the City. 2. INVOICING. Invoices shall be submitted monthly for all work completed during the previous month. Following acceptance of each payment term, payment shall be made within thirty (30) calendar days from receipt of itemized invoice. Before City will pay any invoice, the invoice must first include proposal number, department name, dollar amount, and any other pertinent information. Submit invoice in duplicate to: Accounting Division City of Iowa City 410 East Washington St. Iowa City, Iowa 52240 RFP #07-31, Page 24 of 28 3. WITHHOLDING PAYMENT. Consideration for withholding payment shall include faulty materials, or worlunanship, failure to meet delivery deadlines, and liens that have been filed, or evidence indicating a possible filing of claims. In all cases, regulations and limitations imposed by the Federal Government and State of Iowa shall prevail. 3. TAXES. The City of Iowa City is exempt from all Federal, State of Iowa and other states' taxes on the purchase of commodities and services used by the City of Iowa City within the State of Iowa. The Central Services Division shall provide tax exemption certification to out-of-state suppliers as required. Out-of-state taxes imposed on purchases of commodities and/or services which are used within another state are applicable and subject to payment. Contractors shall bill the City Accounting Division, including tax, for contracts pertaining to the alteration, construction or repair of real property. The Contractor shall provide the necessary Iowa Department of Revenue Contractor's Statement (one contractors statement for each subcontractor). The Accounting Division shall then contact the State of Iowa for tax reimbursement. Contractors and subcontractors shall pay all legally required sales, consumer and use taxes on all commodities and/or services purchased or rented to complete their contract. If a contractor, subcontractor, or builder is to use building materials, supplies, and equipment in the performance of a construction contract with a designated exempt entity, the person shall purchase such items of tangible personal property without liability for the tax if such property will be used in the performance of the construction contract and a purchasing agent authorization letter and an exemption. certificate, issued by the designated exempt entity, are presented to the retailer. RFP #07-31, Page 25 of 28 1. How long has your organization been in business? 2. List below, or on an attachment, all pertinent information and/or data that indicated your Company's ability to satisfactorily perform to the terms of the contract? 3. Have you personally inspected the proposed work sites and have a complete plan for the performance of the work? Include the plan with your proposal. 4. Will you subcontract under this contract? (carpet cleaning and window washing only) 5. Has your firm ever failed to perform satisfactorily or defaulted on contracts awarded to you? 6. State the true, exact correct and complete name of the partnership, corporation or trade name under which you do business and the address and place of business. W If a corporation, state the name of the President and Secretary * If a partnership, state the names of all partners. * If a trade name, state name(s) of individual(s) who do business under the trade name. 7. List the name, address and telephone number of contact for emergency service. RFP #07-31, Page 26 of 28 SECTION VL REFERENCES The Bidder must provide a minimum of three references from past and present clients for projects similar in scope to this project including the company or agency's name and address, the name, title, phone number of each reference, and number of years servicing this account. The City reserves the right to contact each reference to assist with the evaluation of this proposal. References from other City of Iowa City employees will not be accepted. 1.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number. Number of years servicing this account: 2.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Number of years servicing this account: 3.) Company Name: Company Address: Company Contact: Title of Contact: Phone Number. Number of years servicing this account: Note: Additional references may be included with the submitted bid. RFP #07-31, Page 27 of 28 SECTION VII. PRICING & COMPANY INFORMATION FORM The pricing listed below shall include all labor, materials, equipment, travel, delivery, and shipping fees for janitorial services. All quoted prices shall be designated F.O.B. City of Iowa City, 1801 S Riverside Dr, Iowa City, IA 52240. Monthly janitorial service cost Total Price for the contract year Written Total Price $ (example: six hundred and forty-five dollars) Miscellaneous Fees: ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation if your firm's pricing is calculated differently than stated above) The undersigned bidder, having examined and determined the scope of this Request for Proposal, hereby proposes to provide the required labor, services and equipment and to perform the work as described in the bid documents and to do all work at the prices set forth within. The undersigned bidder certifies that this proposal is made in conformity with the Request for Proposal and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Request for Proposal prepared by the City of Iowa City, the Request for Proposal shall prevail. The undersigned bidder states that this bid is made in conformity with the specifications and qualifications contained herein. In the event that there are any discrepancies or differences between any conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City, the City's Request for Proposal shall prevail. The undersigned bidder certifies that this proposal is made in good faith and without collusion or connection with any other person or persons bidding on the project. Name of Firm: Authorized Representative: Signature of Representative: Title of Authorized Representative: Address: City/State/Zip: RFP #07-31, Page 28 of28 Phone Number: Fax Number: Website Address: E-Mail Address: Date Signed: Addenda Form The undersigned hereby acknowledges receipt of the following applicable addenda: Addenda Number Date miawest Janitorial Service, InG 1395 NCenter Point Rd Iowa's Largest Continues To Grow - Hiawatha, Iowa 52233-1239 Phone: 319-393-6162 Fax: 319-393-9263 Charles Norton, Sr. moved from Minneapolis, Minnesota to Cedar Rapids, Iowa in the summer of 1958 to found Cedar Rapids' first organized janitorial contracting firm, Midwest Janitorial Service, Inc. One of Chuck's first decisions made was that his new business would grow through customer word of mouth not by a high pressure sales force. Chuck and his late wife, Anne, spent 18 to 20 hour days building their dream. Today he can see that all their efforts orts have achieved some measure ofsuccess. With a labor force of 500 plus employees and over eight million square feet of floor space serviced each night, they have brought Midwest to a national ranking that puts us in the top 10"/0. The company decided in 1967 to branch out into Iowa City. In 1970 Midwest found their way to Burlington and Fort Madison. Then in 1971 Davenport and the Quad Cities area were added and in 1985 Midwest expanded once again to Des Moines and Waterloo. Most recently an office in Muscatine was opened in 2003. Requests from our janitorial customers for help in purchasing the correct entrance mats, the ideal waste container, the best hand soap, toilet tissue, light bulbs and the like, convinced us to open Midwest Janitorial Supply Corporation in 1977 Many times since we have heard how satisfied our customers are that it only takes one phone call to cover their building maintenance needs. Today's management has not lost sight of those original ideals, "quality comprehensive service for a fair price". Midwest's management structure provides the backbone of our success in keeping you, the customer, satisfied All contractors basically hire from the same labor force. Only through training classes, an organized/structured system of Budington, Iowa supervision and a professionally tailored service job description, can the final results be 319-752-8666 consistently professional. Take the time to listen to a Midwest Janitorial representative Davenport, Iowa explain our system. We feel this is the only way for you to totally understand why all 563-3867ool janitorial services are not the same. We think after a close evaluation of all criteria you will join the other 500 plus businesses that have selected our nationally ranked firm. Iowa City, Iowa 319-338-9964 Watedoo, Iowa 319-233-6787 Des Moines/Ames, Iowa 515-279-9247 Muscatine, Iowa 563-262-3o73 ITW November 1, 2006 Midwest Janitorial Service, Inc Iowa City Municipal Airport 1801 South Riverside Drive 13Center Point 2d Iowa City, Iowa 52246 Hiawatha, Iowa 52233-1239 �', Phone: 319-393-6162 Pax: 319-393-9263 Dear Mr. Mike Tharp, Enclosed is our updated cost proposal for janitorial services at the Iowa City Municipal Airport. We currently have provided janitorial services to the airport since 1980. Due to the increase in tasks & frequencies we are proposing increasing the daily hours 1 hour per day from April — October and .5 hour per day November — March. We have allocated additional hours through the spring; summer & fall to incorporate pressure washing & additional yard clean up. Also added to this proposal are quarterly buffing (March, June, September, December), 3x year shampoo & extract (April, August, December), and semi annual window cleaning (March, September). We have included and accepted all terms required within the RFP. Additionally, every employee has a complete background check prior to placement and is also required to attend class room training & on site training. Our training not only includes proper use of equipment, chemical & cleaning procedures but also includes OSHA, Hazard Assessments, and Bloodborne Pathogens. We provide a night supervisor to inspect completed work & a day manager to inspect work or requests during regular business hours. A manager performs quality assurance at least monthly and the night supervisor performs inspections at least weekly. We have valued the partnership we have had for the last 26 years and hope to continue for many years to come. Please feel free to contact me at 319-393-6162 if you have questions or need additional information. Burlington, Iowa Sincerely, 319 752-8666 )j Mk✓ / � Davenport, Iowa KimberlyA. Hotchkiss 563-386-7001 President Iowa city, Iowa Midwest Janitorial Service, Inc. 319-338-9964 Waterloo, Iowa 319-233-6787 Des Moines/Ames, Iowa 515-279-9247 Muscatine, Iowa 563-262-3o73 SECTION V. QUESTIONS I 1. Midwest Janitorial Service, Inc. has been serving Eastern Iowa since 1959. We are a locally owned family business. 2. Please see cover letter noting additions, employee training & quality assurance. If for any reason you are unsatisfied with work completed we immediately send a representative to correct deficiencies or return that evening to correct deficiencies depending on what is most convenient for the client. We offer a customer service email (customerservice@midwestjanitorial.com) that comes directly to me and is a convenient way to notify us of requests or anything you would like completed. 3. We have cleaned the airport since 1980 and are able & willing to meet any of your needs. The updated proposal includes tasks, frequencies and areas not currently included. 4. The only subcontractor would be window washing. 5. No we have not defaulted on a contract. We strive to provide exceptional quality assurance and immediately resolve any requests made of us. 6. Midwest Janitorial Service, Inc. Kimberly A. Hotchkiss/President Craig A. Hotchkiss/Secretary 7. We provide service 24/71365. We can be reached at 319-338-9964 (locally), 1800-249-6161 (Corporate). Every manager & supervisor are provided cell phones, we use an after hour answering service & check customer service email days a week. First point of contact would be Jim Rajtom (Operation Manager) 319-210-0212 (cell). i Nfidwest November 1, 2006 Janitorial Service, Inc. 1395 H Center Point Rd Hiawatha, Iowa522334239 Phone:319-393-6162 Iowa City Municipal Airport Faz:319-393-9263 1801 South Riverside Drive Iowa City, Iowa 52246 Dear Mr. Mike Tharp, Midwest Janitorial Service, Inc. has been performing janitorial services in Eastern Iowa since 1958. We have branch offices in Waterloo, Iowa City, Burlington, Quad Cities, Muscatine, Des Moines, Cedar Rapids (Corporate Office) and most recently St. Louis, MO. Three accounts in Iowa City that we provide service to are Oral B Laboratories and Johnson County Administration Building. We provide daily, five times per week service, floor, carpet and window maintenance. We provide service to the US Banks in Waterloo, Cedar Rapids, Muscatine, Burlington and the Quad Cities as well. Sincerely,`` Kimberly A. Hotchkiss President Midwest Janitorial Service, Inc. Burlington, Iowa 319752-8666 Davenport, Iowa 563-3867ooi Iava City, Iowa 319-338-9964 Waterloo, Iowa 319-233-6787 Des MoinesiArn4 lava 515-279-9247 Muscatine, Iowa 563-262-3073 RFP #07-31, Page 26 of 28 The Bidder must provide a minimum of three references from past and present clients for projects similar in scope to this project including the company or agency's name and address, the name, title, phone number of each reference, and number of years servicing this account. The City reserves the right to contact each reference to assist with the evaluation of this proposaL References from other City of Iowa City employees will not be accepted. 1.) Company Name: 2.) 3.) Company Address: Company Contact Title of Contact: Phone Number: Number of years servicing this account: Company Name: Company Address: Company Contact: Title of Contact: Phone Number: Number of years servicing this account: Company Name' Company Address: Company Contact: Title of Contact: Phone Number: Number of years servicing this account: US Bank 222 2nd Ave SE, Cedar Rapids, IA 52401 Margo Rouette Property Administrator 319-368-4295 17 years Oral B Laboratories 1832 Lower Muscatine Rd. Iowa City, IA 52240 Roger Volz Facilities 'and Maintenance Manager 319-338-5411 9 years Johnson County Administration 913 S Dubuque St. Iowa City, IA 52240 David Kempf Facilitiea Manager 319-396-6073 ext 288 Note: Additional references may be included with the submitted bid. RECOMMENDATIONS Please feel free to contact the following companies as a recommendation of the type of service we render: CEDAR RAPIDS LOCATIONS C.R. Public Library (over 80, 000 sq. fi) Bryan Davis 319-398-5123 Collins Credit Union (over 40, 000 sq. ft.) Rick Benhart 319-393-9000 Duane Arnold Energy Cir (over 158, 000 sq. ft) Kathleen Furman 319-851-7015 Elmcrest Country Club 319-366-8401 Fisery Life Insurance Solutions Barb Miller 319-398-1800 Gazette/KCRG-TV (over 85,000 sq. fl) Steve Schmitz .319-398-5842 US Banks (twenty locations) Margo Rouette 319-3684295 Wells Fargo Banks (eleven locations) Scott Hendricks 319-364-0191 QUAD CITIES LOCATIONS Family Dollar (over 900, 000 sq. ft.) Pat Wells 563-652-6678 Wells Fargo Banks (eleven locations) Mike Peel 563-383-3211 Trinity Health Systems (eighteen locations) Sue McGeehan 309-779-2345 US Banks (nine locations) Jeff Heber 563-328-3140 MUSCATINE LOCATIONS Bandag, Inc. Joyce Tedrow 563-262-1400 Hon Industries Jill Freeman 563-264-7443 DES MOINESLOCATIONS Dahls Food (10 locations) (over 500, 000 sq. ft.) Walt Blake 515-224-0111 Karl Cheverolet Bob Massey 515-299-4300 Family Dentistry Larry Boob DDS 515-225-1313 Fawn Manufacturing Ron Harter 515-274-3641 Dreyer Marketing Mike Dreyer 515-986-5957 Iowa Lottery Authority Tammy Cooper 515-281-7877 Youth Emer. Shelter Julie Schneider 515-557-2249 IOWA CITYLOCATIONS Oral B Laboratories - IC (over 64, 000 sq. ft.) Roger Volz 319-338-5411 ACT -Iowa City (over 120, 000 sq. ft.) Doug Neal 319-337-1173 Old Capitol Mall - IC Kevin Digmann 319-338-7858 Scheels - Iowa City 319-625-9959 OTHER LOCATIONS General Elec. -Burlington (over 80, 000 sq. ft.) Allan Luers 319-754-4671 GMAC - Waterloo (over 185, 000 sq. ft.) Bruce Berry 319-236-5200 QUALITYASSURANCE PROGRAM MIDWEST JANITORIAL SERVICE, INC. is committed to quality assurance and employs an Assistant Manager who spends seventy-five percent of each day on quality assurance. Our quality assurance program consists of inspecting the daily, weekly, monthly, quarterly and annual operations required by each customer. The inspections are conducted by our Supervisors on a daily basis. Any deficiencies requiring immediate attention are shown to the custodian for correction. An inspection report is utilized by our Building Supervisor and weekly reports are submitted to the Custodian and Quality Control Manager. In addition to the Building Supervisor inspection our Quality Control Manager will conduct facility inspections at least monthly to ensure adherence to cleaning specifications. The Quality Control Manager will visit with the designated customer representative to discuss any cleaning issues or additional cleaning requirements. Our General Manager will also make regular visits to the facilities to ensure compliance to the general cleaning specifications and other provisions to the service contract. The key to quality assurance in our large facilities is the daily audits by our Building Supervisor. Our goal is to inspect the Custodians work as soon as possible after the work is completed. If deficiencies are found by the Building Supervisor, corrections will be made at that time. Iffloor plans of the building are available, we utilize these in pin pointing speck cleaning problems. This mapping system (map trac) works extremely well in clarifying and solving particular problems. The Custodian is also expected to check their own work after it is done. The Supervisor will walk through the assigned area at least once per week to review their performance. A part of our quality assurance program is our Employee of the Month award. Eligibility of this award is based on the custodians quality of work and overall job performance. They are recommended by our Supervisors and our Customers. Attached are the quality assurance inspection forms we use in inspecting our customer buildings. BUILDING MANAGER DATE )B DESCRIPTION �rPG���t 0a� CONDITIONS AND RECOMMENDATIONS Sweeping or Dust Mopping Halls Offices Elevators Lobby Stairways Finishing and Buffing Halls Offices Elevators Lobby Carpet Cleaning Vacuuming Spotting Edging General Cleaning Ashtrays Water Fountains Doors Partitions Desk Tops Interior Glass ' Wall Spotting Waste Cans Light Fixtures Phones Baseboards Exterior Glass Furniture'Upholstery Dustin - High / Low Furniture Ledges Walls Venetian Blinds Vents Toilet Cleaning Toilet Bowls Toilet Seats Urinals Wash Bowls Mirrors Partitions Walls Dispensers Bright Work Floors Showers Customer Comments & -Closet Equipment / Supplies Neatness CUSTOMER CONTACT SEEN IS CUSTOMER SATISFIED? FOLLOW-UP INSPECTION DATE ALL ITEMS CORRECTED - DATE INSPECTION MADE BY ewi 1iraw SUPERVISOR SIGNATURE AMP -TRAC MIDWEST JANITORIAL SERVICE, INC. utilizes a MAP- TRAC program in the customer buildings we serve. We use the building floor plan to direct, inspect, monitor progress and to plan floor and carpet care projects. It is used by our managers, supervisors and lead people as a tool to inform building management of the various areas of the building we have scrubbed and recoated during the weep or carpet areas we have spot cleaned or extracted The map is dated from day to day as a tracking mechanism to. show the areas requiring more attention and the pattern of service frequency. We have found this method to bean excellent communication tool for Midwest Janitorial Service, Inc. and the customers to use to work in partnership to make every building a very clean environment for our "guests" MAP - TRAC SAMPLE Front Entrance Maint. (3) f Closet Closet -vestibule Office (4) Office Manager/ r r Bookkeeping _ J Lobby - . Office j Employee Lounge Reception Sales Manager Q r' Restroom Conference Room (2) President's Office (1) MAP—TRAC is a system designed to provide .. clear concise information to our super— visory and custodial staff regarding specific cleaning requirements and tasks. The system assists Midwest Janitorial Service, Inc. to provide more consistent quality cleaning and supervision of our customers facility. 1. Spot clean carpet: Coffee spill. 2. Clean ceiling vent: Dust and damp wipe with Stride cleaner. 3. Please pay special attention to entrance door glass. Remove finger prints nightly'. 4. Clean baseboards in this office. RECRUITMENT MIDWEST JANITORIAL SERVICE, INC. utilizes a variety of resourcesfor recruiting, newspaper and radio advertising, Federal and State employment agencies, senior citizen groups, door to door advertising, current employee and customer referrals. Management and supervisory personnel are often selected within the organization. SELECTIONPROCESS: All prospective employees receive: 1. Comprehensive interview. 2. Skills evaluation. 3. Work attitude evaluation. 4. Records check 5. Previous employment check 6. Reference check Z Matching system: we make every effort to match employees to customers. This process reduces turnover ofpersonnel and helps in assuring a stable custodial staff. 8. Raises/higher paying positions are based on employee performance and must be recommended by a supervisor. 9. All employees receive a photo ID and a uniform. SUPER VISORY SELECTION. All prospective supervisors are evaluated on the basis of 1. Satisfying the customer. 2. Communication skills. 3. Time management skills. 4. Developing teamwork 5. Competency in carpet care, floor care, office cleaning, rest room cleaning, use of equipment and chemicals. 6. Knowledge of safetyprocedures, security and company policy, rules and regulations. TRAINING All MIDWEST JANITORIAL SERVICE, INC. employees receive orientation and training sessions. ORIENTATION 1. Company history, organization, standards and goals. 2. Overview of company policy, rules and regulations. 3. Pay periods, pay raises, employee of the month and year awards. 4. Safety: emphasis on safety first; introduction to use of cleaning chemicals and equipment; reporting accidents and injuries. 5. Security: emphasis on proper procedures for securing buildings, types of building alarms, etc., and the importance of wearing ID and uniform. 6. Advancement: potential for full time positions, moving into management. TRAINING The trainingprocess begins with orientation and is followed by. 1. Trainingfilms on office and rest room cleaning. 2. Demonstration on equipment use and care. 3. Demonstration on use and care of basic cleaning chemicals. CLASSROOM TRAINING IS FOLLOWED BY.• 1. On the job training by the employee's Supervisor or Building Chief Employees are shown step by step how to clean and use chemicals and equipment. 2. Regular inservice training sessions are conducted by our Supervisor/Training Staff to all employees. 3. Representative from 3M, Johnson Wax, Rubbermaid, Advance, Brulins and other companies regularly conduct carpet care, floor care and special cleaning seminars to our management and supervisory staff. These seminars keep us current on proper and safe cleaning techniques. 4. Seminars are also conducted by outside consultants in our effort to improve our services to customers. Iowa City Municipal Airport MIDWEST JANITORIAL SERVICE, INC. will perform all operations listed below on a weekly basis unless otherwise specified. GENERAL: A. Service will be performed three (3) times per week on Tuesday, Thursday and Saturday. B. Cleaning time will comply with building managements request. Building management will be informed prior to any work scheduled for any other days than those stated in A. above. C. MIDWEST employees will be uniformed and carry a company identification card D. All areas under our service contract will be checked for quality and conditions. Any abnormalities will be reported to building management immediately. Doors are to be locked as necessary. E. MIDWEST can provide a representative to inspect cleaning conditions on a weekly (or as necessary) basis with a representative of your company, if so desired. GENERAL OPERATIONS SCHEDULE I Iowa City Municipal Airport 1801 South Riverside Drive Iowa City, Iowa 52246 Phone: 319-356-5045 EFFECTIVE: BASIS: Three (3) times per week on Tuesday, Thursday and Saturday. AREA: To include lobby area, two (2) rest rooms, vending area, flight service room, second floor meeting room, elevator and all designated outside areas. THREE TIMES PER WEEK Dust mop and damp mop hard surface floors. Remove all debris from carpets. Vacuum all areas accessible to the carpet vacuum. Including underneath chairs and trash receptacles. Spot clean carpets to remove soiled spots. Completely cleaned and dried, and shall present a uniform appearance free of all dirt, grime, smudges, stains, streaks, and foreign substances from glass doors, partitions and panels. Empty all trash receptacles and dispose in proper receptacles provided by building. Any substances shall be washed out and dried before new liners are installed Dust and spot clean all window frames below six (6) feet. Spot clean windows of arty substances discovered on interior windows. Clean stairs and stairways, including landings and handrails. Clean drinkingfountains. Remove litter and debris located in the parking lot, driveways, shrub beds, entrances, stairways, and patios. All litter and debris shall be placed into the dumpster/container located in the exterior trash enclosure. Sweep entryways, walkways and stairs. Clean handrails. Empty, clean and replace liners in exterior trash receptacles. Sweep, remove foreign debris and mop vending area. BI-WEEKLY Dust/polish the exterior surfaces of all clocks, lamps, televisions and video cassette recorders. Dust ledges, windowsills, air conditioner tops, shelves and other high surfaces. Clean interior and exterior sides of the entrance glass, entrance doors, and adjacent windows. Iowa City Municipal Airport General Operations Schedule November 1, 2006 Page 2 WEEKLY Remove all dirt, cobwebs, mold, graffiti, grease, marks, stains, smears, mold, and other foreign substances from walls, wall cabinets and partitions. Spot clean, including door glass, handles and frames to remove all dirt, cobwebs, mold graffiti, grease, marks, stains, smears, and other foreign substances from doors, door handles, and doorframes. Furnishings shall be free of dust, particles, lint, litter, stains, smudges, fingerprints, gum, tar, grease, marks, streaks, and foreign substances. Wash front and rear entryways. MONTHLY Damp mop hard surface floors with approved neutral base cleaner and cool water after the daily cleaning operation has been completed Wipe down and remove all cobwebs and dirtfrom entryway covered ceiling. QUARTERLY Damp mop hard surface floors then spray bufffloor(s) with an approved floor wax and a high-speed polisher with an abrasive pad after the daily cleaning operation has been completed. TWO TIMES PER YEAR Thorough clean all interior and exterior windows, screens and venetian blinds. THREE TIMES PER YEAR Shampoo and extract carpet. Dust and spot clean ceiling vents and light fixtures. Notes the City Representative(s) of burned out light bulbs and missing or damaged ceiling tiles. ANNUALLY Strip and wax floor(s) with an approved floor wax with entire room or corridor being completed in one (1) operation. Clean all ceiling vents and light fixtures. EMERGENCY CUSTODIAL SERVICES Cleaning up spills, leaks, floods, sickness, animal wastes, breakage, etc. Iowa City Municipal Airport General Operations Schedule November 1, 2006 Page 3 REST ROOM OPERATION SCHEDULE THREE TIMES PER WEEK Clean and sanitize sinks, urinals, toilets and exposed plumbing. Clear sink urinal and toilet stoppages. Clean walls, partitions doorframes and door handles. Sweep rest room floors. Mop and sanitize rest room floors. Empty and clean trash receptacles. Replace liner in wastebaskets after they are dried out. Empty sanitary napkin receptacles. Clean mirrors and chrome, fittings. Clean and refill all rest room dispensers. ANNUALLY Strip and seal floors. Clean ceiling vents and light fixtures. MIDWEST JANITORIAL SERVICE SUPERVISOR: MID WEST JANITORIAL SERVICE SUPERVISOR PHONE: 319-338-9964 CUSTOMER EMERGENCYNAMESAND NUMBERS. (1) (2) (3) RFP tl07-31, Page 27 of 28 SECTION VI[. PRICING & COMPANY INFORMATION FORM The pricing listed below shall include all labor, materials, equipment, travel, delivery, and shipping fees for janitorial services. All quoted prices shall be designated F.O.B. City of Iowa City, 1801 S Riverside Dr, Iowa City, IA 52240. Monthly janitorial service cost Total Price for the contract year Written Total Price Miscellaneous Fees: $ 7,861.29 ALTERNATIVE FEE STRUCTURE: (Please attach a detailed explanation and include documentation if your fum's pricing is calculated differently than stated above) The undersigned bidder, having examined and determined the scope of this Request for Proposal, hereby proposes to provide the required labor, services and equipment and to perform the work as described in the bid documents. and to do all work at the prices set forth within. The undersigned bidder certifies that this proposal is made in conformity with the Request for Proposal and agrees that, in the event of any discrepancies or differences between any conditions of this proposal and the Request for Proposal prepared by the City of Iowa City, the Request for Proposal shall prevail. The undersigned bidder states that this bid is made in conformity with the specifications and qualifications contained herein. In the event that there are any discrepancies or differences between any conditions of the vendor's proposal and the Request for Proposal prepared by the City of Iowa City, the City's Request for Proposal shall prevail. The undersigned bidder certifies that this proposal is made in good faith and without collusion or connection with any other person or persons bidding on the project Name of Firm: Authorized Representative: Signature of Representative: Title of Authorized Representative: Address: Midwest Janitorial Service, Inc. Jim Raitora 0 erations M nager 1395 North Center Point Road City/State/Zip: Hiawatha, IA 52233-1239 Nine Cents. RFP ff07-31, Page 28 of 28 Phone Number: 800-249-6161 Fax Number: 319-393-9263 Website Address: E-MailAddress: customerservice@midwestianitorial.com Date Signed: 11-01-06 Addenda Form The undersigned hereby acknowledges receipt of the following applicable addenda: Addenda Number Date •1 1 WELCOME NEW EMPLOYEE! 0 n behalf of your colleagues, I welcome you to Midwest Janitorial Service, Inc. and wish you every success here. We believe each employee contributes directly to MJS's growth and success, and we hope you will take pride in being a member of our team. This handbook was developed to include some of the expectations of our employees and to outline the policies, programs, and benefits available to eligible employees. Employees should familiarize themselves with the contents of the handbook as soon as possible. It will answer many questions about employment with MIS. We hope that your experience here will be challenging, enjoyable, and rewarding. Again, welcome! Sincerely, Kimberly A. Hotchkiss Vice President 1-800-249-6161 RW customerservice@niidwestjanitorial.com ., . "Where Do I Work?" II�II Mostof our employees work in commercial office buildings as general cleaners, floor specialists, or building supervisors. You may work in one account or a number of accounts depending on size and location. Your assigned building can be changed at MJS discretion. As a new employee you will receive training on our chemicals/equipment and on your assigned account(s). Be sure to ask questions, your supervisor is there to answer them. Work schedules for employees vary throughout our organization. Supervisors Q will advise employees of their individual work schedules. Staffing needs and operational demands may necessitate �• variations in starting and ending times, as well as variations in the total hours that maybe scheduled each day and week Each employee has a mandatory paid 10 minute break after 4 hours of work After 7 hours of work each employee has two paid ten minute breaks and one unpaid 30 minute lunch break The computer will automatically deduct for this thirty minute break The lunch break is mandatory. If you are scheduled in multiple buildings in a given work day, the computer will figure no more than 10 minutes between buildings at minimum wage. If travel exceeds 10 minutes you must contact Cindy Wellman at 1-800-249-6161. CHECK -IN TIMES Each employee needs to talk directly with his/her supervisor daily during the following times. Calling into the office is mandatory for all employees. "Check in" times are between 4:00 p.m and 5:00 p.m. for all second shift employees. 1st shift employees should call in between 5:30 - 7:00 a m , 3rd shift employees need to call by 8:00 p.m. All employees are paid by a telephone timekeeping system. It is mandatory you punch In when you arrive and punch out when you leave. The phone number to call is 1-888-214-5739 (outside Cedar Rapids Area), 319-395-6668 or 319-395-6669 (Cedar Rapids). The computer will ask for your "employee pin #" this is the last four digits of your SSN. Next the computer will ask for a "job pin" #. Your supervisor will supply this number. Each job site has its own number. Do not hang up until the computer says Ugoodbye". It is important you punch in and out from the buildings on an assigned phone and not from any other location. Anyone punching in/out from an unauthorized phone number will not be paid. You are not to use a cell phone to punch in/out. All calls are verified by a caller id system Anyone forgetting to punch in/out needs to contact the office within 24 hours. in divlduals forgetting to hunch in/out may have to wait lip to 2 pay periods for payment while hours are verified and submitted to corporate Employees who repeatedly forget will be subject to disciplinary action and/or termination. PERSONAL PROTECTIVE EQUIPMENT Most of the chemicals we use are not harmful and are of no risk to you but there are a few that require you to use PPE. (Personal Protective Equipment) A list of these chemicals are below as well as on BLOODBORNE PATHOGENS & INFECTIOUS MATERIAL All MIS employees will be trained on how to handle blood and infectious material. Only individuals placed in medical facilities are required by law to complete training, but with the possibility of substitutions and reassignments, we at MJS find it is in the best interest of our employees to certify everyone. Employees assigned to dentists, physicians, medical labs, nursing homes, hospitals, clinics or any other facility where you could come into contact with human blood or other your MSDS. It is very important that you follow all potentially infectious material may request safety procedures listed. Failure to use PPE or a hepatitis shot. You can request a violation of any safety policy is grounds for vaccination at anytime during your Imediate termination. If your PPE becomes employment at the facility. maged please notify your supervisor or branch office for a replacement. Questions or concerns can MIS does not handle or remove anything be directed to Kimberly Hotchkiss at 319-393-6162 "Bio-Hazardous" or "Contaminated" for or at customerservice@midwestjanitorial.com. any reason. (No red bag bio-hazards) :{61kyi a Below is a list of chemicals you will have in your accounts. MSDS sheets listing PPE is in every closet. If you do not have MSDS or any become damaged, please contact the corporate office at 1-800-249-6161 to order or you can notify your supervisor. Floor specialists and some industrial accounts have separate MSDS and chemicals that will be addressed in your training class. Glance RTU: Glass /general cleaning Shine Up: Wood polish NABC: Restroom cleaner M95: Acid bowl cleaner (gloves and safety glasses required) Comet: Restroom cleaner Ibneo: Stainless steel cleaner eila Shine: Stainless steel cleaner/polish Ume Away: Restroom fixtures (gloves required) Tilex: Shower cleaner (gloves and safety glasses required) Good Sense: Air Freshner CrewTub &Tile: Shower cleaner (gloves and safety glasses required) Consume: Drain cleaner (gloves and safety glasses required) Damp Mop: Floor Cleaner Stride: Floor Cleaner GP Forward: Floor Cleaner UHS: Floor Cleaner (gloves and safety glasses required) G P Carpet Spotter: Floor Cleaner Spit Fire: Grease/Oil Cleaner (gloves required) Theft or inappropriate removal or possession of property. Falsification of timekeeping records. working under the influence of drugs or alcohol. Possession, distribution, sale, transfer, or use of alcohol or illegal drugs in the workplace, while on duty, or while operating employer -owned vehicles or equipment. Fighting or threatening violence in the workplace. Boisterous or disruptive activity in the workplace. Negligence leading to damage of employer -owned or customer -owned property. Insubordination or other disrespectful behavior. Smoking in prohibited areas or excessively. Excessive absences without notice. Unauthorized absences from work area during assigned hours. Violation of personnel policies Unsatisfactory performance/conduct. Building Rules Do not publicize the news that you have keys to a building or what you do there or what you see there. Do not take children, friends, or relatives to work with you. Do not explore contents of desks, drawers, files etc. while cleaning. Do not read patient or client files or paperwork -as we are cleaning we protect the confidentiality of the patients and clients. 0 Do not move, shuffle or read papers or other printed matter left on a desktop. (any snooping is cause for immediate dismissal.) Do not dispose of any items not clearly marked trash. ♦ Do not smoke, eat, or drink while you are working. Smoking is not allowed at any account, unless the account is assigned 4 hours or more. Employees are allowed 1 smoke break for every 4 hours of work. Smoking is allowed only in designated areas. If the account is a Smoke -Free environment, NO SMOMG IS ALLOWED AT ANY TIME. ♦ Do not get involved in conversation with employe regarding the duties you are scheduled to perform. If you are requested to do something not on your schedule by someone of authority, do it and then tell your supervisor. ♦ Do not use electrical appliances such as radios, TVs, air conditioners. ♦ Do not use or touch computers - includes checking your personal e-mail. ♦ Do not leave exit doors unlocked after you enter or leave a building. ♦ Immediately report breakage or other damage at your account to your supervisor. ♦ Negligent damage by custodian will be charged back to that custodian. ♦ Do not open doors for anyone. Authorized parties should have keys. ♦ Do not use telephones when working except to punch in/out, to reach your supervisor or in an emergency situation. Employment with KJS is at the mutu;11-1 consent of MJS and the employee, eithe party can terminate that relationship at anytime. at and vehicles essential in accomplishing job duties are expensive and maybe difficult to When using property, employees are expected to exercise care, perform required nce, and follow all operating instructions, safety standards, and guidelines. Please notify the supervisor if any equipment, machines, tools or vehicles appear to be damaged, defective, or in need of repair. Prompt reporting of damages, defects and the need for repairs could prevent deterioration of equipment and possible injury to employees or others. The supervisor can answer any questions about an employee's responsibility for maintenance and care of equipment or vehicles used on the job. Supply closets are to be regarded as part of the building to be cleaned and should be kept in a neat presentable appearance. To help keep things orderly, do not order more than two weeks worth of supplies. You must return all empty containers, dustmops, mop heads etc. on payday to receive replacements. Dust mops should be hung on nails or hangers where provided. In any case they should be placed face outward from the surface that they are hung on or leaned against. Wet mops should be draped neatly across mop bucket wringers to allow any drainage to get into the bucket rather than down the wall or floor. Buffing machines, vacuums, & buckets should be kept in a clean and presentable fashion. For example, vacuum cleaners should have cords wrapped up right and the bag should be emptied at least one time a week. The improper careless, negligent, destructive, or unsafe use or operation of equipment can result in disciplinary action, up to & including termination and repair costs covered by that employee. All employees are issued uniforms and security badges. All uniforms are wash and wear and can be laundered with the rest of your clothes. For each uniform issued the company's charges &refunds are as follows: It-T-shirt Charge: $12.00 -Aron/smock Charge:$12.00 Refund: $10.00 Refund:$10.00 - Blue work shirt Charge: $25.00 -polo shirt Charge: $25.00 Refund: $23.00 Refund: $22.00 Uniforms are to be kept neat and clean. Uniforms are to be worn at all times. Only one warning for non-compliance will be given. You must wear full covered shoes, (no sandals), shorts are permitted in some accounts (must be hemmed and of walking short quality). No gym shorts or sweat pants of any nature. Security badges will be issued and must be worn at all times. Replacement badges are $5.00 each. Admittance to job site will be refused if policy is ignored Key Policies ®Aft 1 ATTENDANCE& PUNCUALITY To maintain a safe and productive environment, MJS expects employees to be reliable and punctual in reporting for scheduled work. Absenteeism and tardiness place a burden on other employees and on MJS. In the rare instances when employees can not avoid being late to work or unable to work as scheduled, they should notify thew supervisor as soon as possible. In the case of illness all employees must call in at least G hours before their assigned work time. Poor attendance and excessive tardiness are disruptive. If you are off more than 2 clays a doctor's excuse is required to return to work. ♦ s ARAISES Raises are submitted by � our immediate superVisor for approval by first the Br h Manager and finally by a Vice-Presidento pap increases will be ON -en \Without authorization from a Vice -President. Pay raises are determined by underlying customer contracts and not seniority. In order to provide equal employment and advancement opportunities to all individuals, employment decisions at MJS will be based on merit, qualifications, and abilities. bUS does not discriminate in employment opportunities or practices on the basis of race, color, religion, sex, national origin, age, disability, or any other characteristic protected by law. MJS will make reasonable accommodations for qualified individuals with known disabilities unless doing so would result in an undue hardship. This policy governs all aspect of employment including selection, job assignment, compensation, discipline, termination, and access to benefits and training. Sexual Harassment is reprehensible and will not be tolerated by MJS. We place a great deal of emphasis on working together as part of a team. We believe that a harmonious business relationship between management, employees, customers, and co-workers will enhance productivity. Relationships involving sexual harassment or discrimination have no place within our organization. This relationship includes management, all MJS employees, customers, and any individual one may encounter on our premise or at a work site. All employees with questions or concems about any type of discrimination or any unfair treatment in the workplace are to bring these issues to -:the attention of their immediate supervisor. If the issue is not resolved in a satisfactory manner or the individual does not feel it would be of k fit they can report the issue to their branch manager. If the issues a_ hot resolved satisfactorily after taking these steps, please notify Khriberlyllotchkdss at319393-6162 or cvstomerservice@midwesljanitorialcom All reports will be investigated. Theft Policy 1. Any employee suspected of theft, will be temporarily laid off until the suspicion is cleared up. 2. Any employee caught stealing will be immediately discharged & charges will be directed to the local police. 3. MJS reserves the right to check any possible hiding place for contraband if suspicion warrants. 4. Any MJS employee with information leading to a theft arrest will receive $ 50. All info is kept confidential. Alarm Policy For any security alarms set off that are from your error, you will pay the charge. The charge will automatically be deducted from your payroll check at the end of the pay period. These charges can range from $10 to $100 each time depending on w many times at that location the alarm has previously been set '\-1. After three (3) incidents you will be terminated if they fall within a one-year period. Nature of Employment _ Employment with MJS is voluntarily entered into, and the employee is free to resign at anytime, with or without cause. Similarly, MJS may terminate employment at will at anytime with or without notice or cause, so long as there is no violation of law. Policies set forth in this handbook are not intended to create a contract of employment between MJS and any of its employees. The provisions of this handbook have been developed at the discretion of management and, except for its policy of employment may be amended or cancelled at anytime, at MJS's sole discretion. Personnel Data Changes It is the responsibility of each employee to promptly notify MJS of any changes in personnel data. Personal mailing address, telephone numbers, name and numbers of dependents, individuals to be contacted in the event of an emergency, educational accomplishments and other such status reports should be accurate and current at all times. If personnel data has changed, notify the office manager. Employment Applications MJS relies upon the accuracy of information contained in the employment application, as well as the accuracy of other data presented throughout the hiring process and employment. Any misrepresentations, falsifications or material omissions in any of this information or data may result in MJS's exclusion of the individual from further consideration for employment or, if the person has been hired, termination of employment. \ 1 Employee vacation and holidays are determined by underlying customer contracts. Not all buildings pay vacation & holidays. If the building provides vacation it will be passed to you: Employees are eligible after one year of continuous employment in the building providing vacation benefits. If the building provides holiday pay you will receive this after 90 days of continuous working in that building and must work the day before and the day after to receive holiday pay. Check with your branch manager to see if your building provides vacation or holiday benefits. MJS offers all employees the opportunity to join our 401K program. You can join after 6 months of continuous employment in the months of January and June. All deductions are pretax. MJS contributes a discretionary amount every year. For more information contact Kim Hotchkiss at 1-800-249-6161. 1 ee14100 `� SUGGESTION ' �` BOXES Each branch has a suggestion box SubnO myour ideas to improve MJS and the service we provide. If MJS implements your idea you get $ 50.00. EMPLOYEE OF THE MONTH Every employee of MJS has the opportunity to be nominated for employee of the month. If you're chosen you will receive a certificate, have your picture taken for the newsletter and get a bonus check of $25.00. Employees of the month are chosen based on quality, longevity, reliability, and willingness to go the "Extra Mile". The MJS Gold Coin program is a reward Q recognition program for all employees. You can earn Gold Coins for length of service, customer compliments, and going beyond the call of duty, to name a few. The coins can be turned in for a vast array of gift certificates. ITALIAN RESTAURANT 5 Coins 2 Coins For more details or complete list of certificates, please contact your supervisor. ♦ 9 •9 • � fftt • a�+ H! �{ 14 s • s+ • � •i �� � �� a0. R �1iL[ ,i 4 • � ,R i�IC ''y. 11 ■■i 1 I a9a _CpB Caii[diGl•Ce ,,�`';{y ® u=� 1 v.S COVSI� ��JJ AIRPORT BACKGROUND The Iowa City Municipal Airport is located approximately 2 miles southwest of downtown Iowa City. The immediate controlling responsibility for the Iowa City municipal Airport is given to the Iowa City Airport Commission. The Airport Commission consists of five voting members, who are directly responsible for the planning, operation, and budget of the Iowa City municipal Airport. The Commission works collaboratively with Iowa City elected officials and city staff to ensure safe, efficient, and effective use of the airport to support Iowa City and the surrounding area. The Iowa City Municipal Airport is one of the busiest general aviation airports in the Iowa with approximately 20,000 operations annually. It is currently home to approximately 78 based aircraft located in 60 T-Hangars, and six corporate hangars. These aircraft are used for charter flights, corporate activity supporting local business, flight instruction, rental, pleasure, and charity purposes. Additionally, thousands of flights in and out of the airport support important community activities such as organ transplant at The University of Iowa Hospital and Clinics and economic development. Existing airport facilities include 2 runways, the terminal building, a maintenance facility, hangars and aircraft fueling facilities, aircraft parking, tie down apron and vehicle parking area. The two runways are 150 feet wide and have lengths of 3900 feet and 4355 feet. The airport terminal building, built in 1951, includes a pilot's lounge with wireless internet access, a weather briefing room, a lobby, a classroom, vending machines, and administration facilities for airport management and a fixed based operator. The airport has a rotating beacon and lighted wind indicator. The airport is equipped with a remote communications outlet (RCO) and Automated Surface Observation System (ASOS). The airport has been an important element in the Iowa City community since 1918 and in 1944 was placed under the control of the Iowa City Airport Commission by public vote. Since that time the airport has remained under the governance of the Airport commission with fiscal support from the City of Iowa City. The airport is included in the National Plan of Integrated Airport Systems (NPIAS). The NPIAS identifies the Iowa City Municipal Airport as a general aviation airport. As a designated NPIAS airport, the federal government currently provides funding annually for eligible capital improvement projects at the airport. The State Aviation System Plan identifies the Iowa City Municipal Airport as an Enhanced Service Airport. Enhanced Service airports are classified as airports which serve nearly all general aviation aircraft and are economic and transportation centers for the state. Several businesses and University of Iowa enterprises are stationed at the airport. Jet Air. Inc. is the fixed base operator offering charter flights, flight instruction, aircraft sales, rental and service, fuel, and sale of aviation related merchandise. Jet Air has recently exercised its first option to remain the fixed based operator at Iowa City for another 5 years. Hertz Corporation serves local visitors and the surrounding area with rental cars available directly at the airport. Numerous faculty at the University of Iowa's College of Iowa City Municipal Airport — Annual Report 2006 Page 2 h Engineering use the airport for activities such as federally funded research on aviation technology and atmospheric weather phenomena. AIRPORT VISION STATEMENT "The Iowa City Municipal Airport, through the direction of the Airport Commission, will provide a safe, cost-effective general aviation airport that creates and enriches economic, educational, healthcare, cultural, and recreational opportunities for the greater Iowa City area.,, AIRPORT MISSION STATEMENT "The mission of the Iowa City Municipal Airport is to support the strategic goals of the City of Iowa City and meet the needs of stakeholders." 2006 AIRPORT ACTIVITES The Airport is emerging from its transition to operating without a full time airport manager. The Airport Commission has created and filled the position of Operations Specialist to aid in the daily management of airport facilities and goals. The Operations Specialist also aids the Commission in the planning process for airport repairs, construction, and budgetary needs. This management model will be the model used for management of the Iowa City Municipal Airport in future years of airport operation. The Airport Commission continues its focus on meeting goals it laid out in its 2004 Strategic Plan, some of which will be mentioned in this report. The airport, through city staff, continues to seek a purchaser of land available in the North Airport Commerce Park. Funds received from the sale of this land are to be used to pay off City incurred debt for airport construction costs. The Airport Operations Specialist and Commission Chairperson meet frequently with City department heads to discuss the airports needs and to maintain clear communication channels with other City projects occurring near the airport. The Airport Commission continues to focus on efforts to maintain efficient operational costs; it is also focused on new business development on the airport. Hertz Corporation has been in operation for nearly a year, and is located next to the airport terminal building. Business such as this, increase the traffic volume and awareness of the Iowa City Municipal Airport. In a continuing effort to develop the relationship with the community, numerous community events are held at the airport. Examples include the annual SERTOMA Fly - in pancake breakfast and show held August 27, 2006 which served around 1800 breakfasts in inclement weather. The Eastern Iowa Big Kids Toy Show was held on May 20 and 21 and raised money for an aviation wing at the Iowa Children's Museum. The Iowa City Municipal Airport — Annual Report 2006 Page 3 Iowa City Aerohawks held their annual winter radio controlled aircraft swap meet which is one of the largest meets Iowa. BUDGET The Iowa City Municipal Airport's budgetary situation has been improved as a result of continued vigilance in maintaining efficient operations and a focus on collection of delinquent accounts. Delinquent accounts which have been brought current have brought back nearly $10,000 in revenue past due. Increased traffic at the airport has also brought with it increased fuel sales. This has increased the income from fuel flowage fees from $15,462.70 in Fiscal Year 2005 to $22,059.70 in Fiscal Year 2006. The airport was also aided in 2006 by an exceptional fanning season which produced higher than normal farm yields and accounted for $23,537.04 in revenues from the lease farming operations. The Overall Budget Numbers show the Airport had $399,969.16 in revenues in FY 2006, an increase of over $60,000 from 2005. Expenses from FY 2006 were $300,543.88 and were down from $339,699.57 recorded in FY 2005. The General Levy fund remained the same from 2005 to 2006 at $112,000 this enabled the Airport to begin building a phased schedule approach to Airport repairs and rehabilitation. AIRPORT PROJECTS Numerous projects have been accomplished at the Iowa City Municipal Airport which not only enhance the safety of our users, but help to increase the appeal of the airport to the general public. The most significant project underway is the Runway 7-25 extension which is being fanded at a 95% rate by the FAA. This extension will add 800 feet of pavement west of the current runway and will give an overall total length of 5015 feet for landing aircraft. Grading for the project began late in summer and is currently on hold pending the winter season. This will be completed as soon as weather permits in the spring. Runway 18-36 was closed as planned to enable the extension of Mormon Trek Boulevard to Riverside Drive. This road will serve as an arterial road and will potentially create some revenue opportunities for land at the South end of the Airport. Mormon Trek also required the realignment of the ASOS weather equipment with the center of the airport to better reflect the weather occurring at the airport. Rehabilitation of existing hangar facilities consisted of retrofitting Buildings B and C with full concrete floors and repairing the roofs which had been leaking. This makes these hangars more valuable and also current facility life to be extended into the distant future. Building A is scheduled for Rehabilitation in early spring of 2007. Taxi lane repair around the North Tee Hangars is visible from Riverside Drive. This area had contained asphalt that had reached a state of disrepair that areas had become gravel and posed a severe risk to aircraft operating in and around the Tee Hangars. The new asphalt with additional drainage work will provide a much safer area for aircraft to Iowa City Municipal Airport — Annual Report 2006 Page 4 startup and taxi for takeoff, or to utilize the self fueling facilities. These areas also increase the visual appeal of the airport as seen from Riverside Drive. The Airport Viewing Area received final approval from the FAA and has begun to take shape north of the Terminal building. As part of this, perimeter fencing was replaced from the current 4 foot fence to a vinyl coated 6 foot fence. The fence was installed along with the rehabilitated parking lot to provide a safe area for the public to enjoy watching aircraft utilizing the Iowa City Municipal Airport facilities. The Airport Commission continues its efforts to fill the Viewing Area with aviation themed equipment. FUTURE AIRPORT ACTIVITIES/PROJECTS The Iowa City Municipal Airport continues to plan for the future. Grants have been awarded by the Iowa Department of Transportation to cover 85% of the Building A rehabilitation costs. This will include the retrofitting of the building with concrete floors and replacing the walk-in doors which are currently in need. A second grant awarded to the Airport will cover 70% of the costs to rehabilitate the South Taxiway and Taxi lanes surrounded the Building G. Building G holds the 4 corporate hangars and shares its Taxi lane with The University of Iowa's research hangar. Continued focus on the Runway 7-25 extension with emphasis finishing the grading work and obtaining funds for the final phase pavement and lighting phase of this project are underway with target dates of late summer 2007 for pavement construction. During the pavement construction the airport will be open with one runway (12-30) in operation. The Iowa Department of Transportation has entered into a wildlife study relating to wildlife hazards and airports and the Iowa City Municipal Airport will be among the first batch of study candidates. This study will take a look at ways the airport can mitigate wildlife hazards such as birds and deer that currently can stray onto airport grounds. Enhanced Global Positioning System (GPS) approaches are scheduled for Iowa City in line with the opening of the new runway. These approaches utilize the Wide Area Augmentation System (WARS) and will allow for more precise approaches by aircraft with these technologies resulting in lower weather operating minimums. An economic study is underway for the future airport needs relating to land and hangar space. This study will project the future airport needs regarding its land and what may potentially be available for either revenue generating ventures or as excess land which the airport may release back into the taxable land base by selling. The Airport Commission will continue to maintain and strengthen its relationship with City Council, staff, and the surrounding community by maintain a focus on the mutual goals for the Iowa City Municipal Airport. Iowa City Municipal Airport — Annual Report 2006 Page 5 Airport Staff Michael Tharp, C.M., Operations Specialist Airport Commission Randall Hartwig, Chairperson Greg Farris, Secretary Howard Horan John Staley Janelle Rettig Respectfully Submitted, Randall Hartwig, Chairman Iowa City Airport Commission Iowa City Municipal Airport — Annual Report 2006 Page 6 Monthly Expense Report - November '06 Check Requests During Month Approved Check Requests 1I/l/2006 Jet Air Inc (Management Services) 11/7/2006 Commercial Towel Service (Cleaning Services) 11/7/2006 Kelly Heating & Air (Bldg F heater) 11/13/2006 CJ Moyna & Sons (Grading Contract) Req. #6 11/13/2006 Iowa Public Airports Association (2007 dues) 11/15/2006 Business & Commercial Aviation (2-yr Subscription) 11/20/2006 Midwest Janitorial Service (Cleaning Services) 11/20/2006 LL Pelling Co Req #2(North Taxilane/Parking Lot) 11/27/2006 Earth Tech Inc (South Econ Study & ALP Update) 11/27/2006 Earth Tech Inc (Obstruction Survey FAA -13 Grant) 11/27/2006 Earth Tech Inc (Runway 7-25 Grading) 11/30/2006 CJ Moyna & Sons (Grading Contract) Req. #7 Capital Projects Pending Expenses Airport Operating Expenses City CIP Fund Expenses Total Expenses Construction Contracts Runway 7 Grading North T-Hangar Taxilanes Terminal Parking Lot South Economic Study - ALP Update Total Pending Expenses Airport Budget $1,500.00 $58.96 $90.00 City Budget $45,258.40 $150.00 $92.00 $188.70 $24,546.78 $119,226.33 $1,353.45 $1,421.75 $15,976.11 $49,049.83 $26,626.44 $232,285.87 $258,912.31 Bid Amount_ Paid During Month Paid During Year $950,154.00 $94,308.23 $515,544.24 $165,010.72 $127,274.66 $160,150.66 $21,689.49 $16,498.45 $21,038.54 $15,000.00 $1,353.45 $5.727.89 $0.00 $0.00 'aid To Date % Paid $515.544.24 54.3 $160,150.66 97.1 $21,038.54 97.0 $5.727.89 38.2 REVS: 12,06.06 11:25:16 Iowa City General Ledger System Budget to Actuals Revenues Summary FY 2007 Revenue Reporting For the period 11.01.06 to 11.30.06 Estimated Account Revenue ------------------------ --------------- 7600 Airport 560100 Airport Operations MISCELLANEOUS REV. 369100 Reimb of expenses Total MISCELLANEOUS REV. USE OF MONEY & PROP. 381100 Interest on Investments 382100 Land Rental 382200 Building/Room Rental 384200 Vending Machine Comm 384900 Other Commissions Total USE OF MONEY & PROP. OTHER FINANCING SOURCES 393120 General Levy Total OTHER FINANCING SOURCES Total Airport Operations Total Airport ttt GRAND TOTAL ttt Page: 1 YTD Period Revenue Revenue Remainder & ------------ ------------ ------------ ------ 220.00 30.00 190.00 13.64 ------------ ------------ 220.00 ------------ 30.00 ------------ 190.00 ------ 13.64 800.00 304.87 495.13 38.11 37085.00 10745.40 470.58 26339.60 28.98 174629.00 72855.00 14283.00 101774.00 41.72 132.30 10.80 -132.30 15000.00 8920.50 2052.40 6079.50 59.47 ------------------------ 227514.00 ------------ 92958.07 ------------ 16816.78 134555.93 ------ 40.86 109000.00 45416.65 9083.33 63583.35 41.67 ------------ ------------ 109000.00 --- 45416.65 ---------•--------- 9083.33 63583.35 ------ 41.67 ------------ ----------- 336734.00 ------------ 138404.72 ------------ 25900.11 198329.28 ------ 41.10 ------------------------ 336734.00 ------------ 138404.72 ------------ 25900.11 198329.28 ------ 41.10 ------------ ------------ 336734.00 ------------------------ ------------------------ ----------- 138404,72 ------------ ------------ ------------ 25900.11 ------------ ------------ 198329.28 ------ 41.10 ------ ------ EXPE: 12.06.06 11:25:10 Page: 1 Iowa City General Ledger System Budget to Actuals expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Balance 1 Used 7600 Airport 560100 Airport Operations PERSONNEL 411000 Perm Full Time 412000 Perm Part Time 413000 Temporary Employees 414100 Overtime Wages 414500 Longevity Pay 421100 Health Insurance 421200 Dental Insurance 421300 Life Insurance 421400 Disability Insurance 421500 Unemployment Compensation 422100 Fica 423100 Ipers 424500 Monthly Cellular/PCS Total PERSONNEL SERVICES 431080 Recording Fees 432020 Annual Audit 432060 Consultant Services 432070 Management Services 433020 Local Phone Service 433030 Long Distance Service 435060 Legal Publications 436030 Transportation 436050 Registration 436060 Lodging 436070 Misc Travel 436080 Meals 437010 Comp Liability Ins 437020 Fire & Casualty Ins 437030 Worker's Comp Ins 437200 Loss Reserve Payment 36197.00 15284.52 2784.00 20912.48 42.23 20935.00 9352.06 1688.88 11582.94 44.67 4426.00 445.00 -4426.00 313.20 -313.20 1050.00 1050.00 1050.00 100.00 11218.00 2754.60 550.92 8463.40 24.56 461.00 186.70 37.34 274.30 40.50 182.00 177.35 4.65 97.45 423.00 108.D0 21.72 315.00 25.53 8544.00 8544.00 4983.00 2280.94 447.22 2702.06 45.77 3745.00 1586.79 344.60 2158.21 42.37 125.00 25.00 -125.00 -------------------- 87738.00 ------------ 37645.16 ------------ 7394.68 ------------ 50092.84 ------ 42.91 7.00 7.00 138.00 138.00 12000.00 2259.00 9741.00 18.83 8000.00 7500.00 1500.00 500.00 93.75 37.11 -37.11 24.00 13.09 1.40 10.91 54.54 11.47 -11.47 650.00 332.20 317.80 51.11 775.00 200.00 575.00 25.81 875.00 1221.81 227.91 -346.81 139.64 40.00 -40:00 250.00 76.00 174.00 30.40 11936.00 7797.75 4138.25 65.33 15515.00 10831.93 4683.07 69.82 293.00 66.00 227.00 22.53 5000.00 5000.00 EXPE: 12,06.06 11:25:10 Account Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Appropriated Expenditures Expenditures 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) SERVICES (CONTINUED) 438010 Stormwater Utility Charges 438030 Electricity 438070 Heating Fuel/Gas 438080 Sewer Utility Charge 438090 Water Utility Charge 439030 Testing Services 439060 Other Prof Services 441010 Vehicle Repairs and Maintenance 442010 Bldg Rep & Maint 442020 Repair of Structure 442030 Repair of Heating Equip 442040 Repair of Cooling Equip 442060 Repair of Electric/Plmbg 442070 Bldg Pest Control 443010 Equip Rep & Maint 443050 Radio Equipment Rep 443060 Telecom Equip Rep 443070 Misc Comm Equip Rep 443080 Other Repair & Maint 445060 Laundry Service 445070 Equipment Service 445090 Hauling 445140 Outside Printing 445230 Technical Services 446100 City Attorney Chgbck 446130 ITS-PC/Peripheral Support 446140 ITS -Computer Replacement Chargeb 446150 ITS -Application Development Fees 446160 ITS-Network/Internet Charge 446200 Photocopying Chgback 446220 Phone Service - Department Charg 446300 Phone Equipment/Line Charge Page: 2 Encumbrance Balance t Used 6512.00 2959.80 591.96 3552.20 45.45 15212.00 6057.72 1043.60 9154.28 39.82 5539.00 333.49 176.52 5205.51 6.02 1946.00 587.41 124.36 1358.59 30.19 1342.00 553.29 117.47 788.71 41.23 956.00 357.60 598.40 37.41 141.40 -141.40 1402.00 2173.01 2071.66 -771.01 154.99 3500.00 1629.81 174.60 1870.19 46.57 207.00 207.00 252.00 90.00 90.00 162.00 35.71 1175.58 -1175.58 30.00 97.97 -67.97 326.57 250.00 169.75 33.95 80.25 67.90 1236.64 -1236.64 100.00 100.00 1865.00 1788.00 77.00 95.87 6688.00 -6688.00 4074.00 4074.00 763.00 763.00 863.00 370.00 74.00 493.00 42.87 301.00 301.00 458.00 458.00 2465.00 1219.82 247.66 1245.18 49.49 3818.00 1670.05 2147.95 43.74 875.00 400.00 475.00 45.71 79.16 39.58 -79.16 600.00 600.00 510.00 270.00 30.00 240.00 52.94 192.00 153.36 28.08 38.64 79.88 484.00 240.60 48.12 243.40 49.71 963.00 325.00 65.00 638.00 33.75 EXPE: 12.06.06 11:25:10 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Account Appropriated Expenditures Expenditures ------------------------------------------------------- 7600 Airport (CONTINUED) ------------ ------------------------ 560100 Airport Operations (CONTINUED) SERVICES (CONTINUED) 446320 Mail Chargebacks 178.00 322.61 58.38 446350 City Vehicle Repl. 15098.00 5279.98 1001.30 449060 Dues & Memberships 385.00 150.00 150.00 449140 Tools & Equip. Rent. 500.00 449360 Interest Expense 48157.00 20065.55 4013.11 Total SERVICES SUPPLIES 452010 Office Supplies 452030 Minor Off Equip/Furn 454020 Subscriptions 461040 Ag Chemicals 462020 Minor Sanitation Equip 462030 Sanit. & Ind. Supp. 465020 Gasoline 465050 Other Fuels 465060 Grease & Oil 465070 Other Lubricants 466020 Lumber/hardware 466040 Plumbing Supplies 466050 Electrical Supplies 466060 Bldg. & Improv. Mat. 467020 Minor Equip. Rep Mat 468020 Concrete 468030 Asphalt 468050 Sand 469040 Traffic Ctrl. Improv 469190 Tools & Minor Equip. 469210 First Aid/safety Sup 469320 Misc Supplies Total SUPPLIES Page: 3 Encumbrance Balance 1 Used ----------- ------------ ------ ------------------------ ------------ --- 175260.00 86971.96 11908.66 -144.61 181.24 9818.02 34.97 235.00 38.96 500.00 28091.45 41.67 88288.04 49.62 112.00 480.68 -368.68 429.18 500.00 500.00 193.00 108.00 92.00 85.00 55.96 127.00 234.95 -107.95 185.00 1000.00 857.94 142.06 85.79 292.00 616.72 -324.72 211.21 38.00 38.00 2582.00 1659.62 68.83 922.38 64.28 12.90 12.90 -12.90 34.00 34.00 167.00 167.00 35.00 3.01 31.99 8.60 203.76 10.96 -203.76 1113.00 1113.00 21.00 21.00 144.00 -144.00 1830.00 246.01 1583.99 13.44 47.00 47.00 228.00 228.00 883.00 257.14 625.86 29.12 54.19 29.99 -54.39 477.00 477.00 ------------------------ 9679.00 ------------ 4879.12 ------------ 214.68 ------ ----- 4799.88 ------ 50.41 E%PE: 12,06.06 11:25:10 Account --------------------------------------------- 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) CAPITAL OUTLAY 473010 Contracted Improv. 473020 Non -contracted Impr. 474420 Other Oper. Equip. Total CAPITAL OUTLAY OTHER FINANCIAL USES 490190 Interfund Transfers Out Total OTHER FINANCIAL USES Total Airport Operations Total Airport t++ GRAND TOTAL ++t Iowa City General L der System Budget to Actuals Expe ditures Summary FY 2007 Expense ',sporting For the period 11.01.66 to 11.30.06 YTD Period Appropriated Expenditures Expenditures Encumbrance --------- ------------ ------------ ------------ ------------ 20000.00 29086.87 12463.00 12958.00 99.98 ------------------------ 32463.00 42144.85 Page: 4 Balance t Used --------- ------ 24546.78-9086.87 145.43 -495.00 103.97 99.98 -99.98 -------- ------------------------ ------ 24646.76-9681.85 129.82 Fu 43543.00 18142.35 3628.47 25400.65 41.67 ---- -• 43543.00 ----------------- 18142.35 - --- -------- 3628.47 ------------ 25400.65 ------ 41.67 ------------ ------------ 348683.00 ------------ 189783.44 ------------ 47793.25 ------------ 158899.56 ------ 54.43 ------------------------ 348683.00 ------------ 189783.44 ------------ 47793.25 ------------ 158899.56 ------ 54.43 ------------------------ 348683.00 ------------------------ ------------------------ ------------ 189783.44 ------------ ------------ ------------ 47793.25 ------------ ------------ ------------ 158899.56 ------------ ------------ ------ 54.43 ------ ------ TRID: 12.06.06 11:28:13 Iowa City General Ledger System Revenues Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Page: i Trans Date Trans Type Report# Source Description Debit Credit ----------- ---------------------- ------------------------------------------- ------------------------ 7600 Airport 560100 Airport Operations 382100 Land Rental 11.21.06 Payment 061121105228 00004093 1-19\IC COMM SCHOOL DIST\NOV 06\LAN 353.92 11.30.06 Journal 061206075725 005419 NOV SALVAGE BLDG\NOV SALVAGE/CARDBO 116.66 Total Land Rental ------------ ------------ 470.58 382200 Building/Room Rental 11.01.06 Payment 061101092909 00004107 1-10\BRUMLEY JAMBS\NOV 06\RANGAR # 132.00 11.01.06 Payment 061101092909 00004127 1-4\BUTLER JOHN\NOV 06\HANGAR #36 153.00 11.01.06 Payment 061101092909 00004127 1-4\BUTLER JOHN\NOV 06\HANGAR #37 153.00 11.01.06 Payment 061101092909 00004131 1-6\SCAMEISER RUSS\NOV 06\HANGAR # 186.00 11.01.06 Payment 061101092909 00004165 1-12\POWERS ROBERT\NOV 06\HANGAR # 121.00 11.02.06 Payment 061102093910 00003798 1-15\ROOF, KBITH\OCT 06\HANGAR #32 464.00 11.02.06 Payment 061102093910 00004117 1-6\SCHNBLL TOM\NOV 06\HANGAR #4 121.00 11.02.06 Payment 061102093910 00004133 1-4\OCKENFBLS TRANSFER\NOV 06\HANGA 186.00 11.02.06 Payment 061102093910 00004163 1-12\JET AIR INC\NOV 06\BUILDINGS D 3500.00 11.02.06 Payment 061102093910 00004191 1-13\JBT AIR\NOV 06\HANGAR #60 158.50 11.03.06 Payment 061103092940 00004121 1-3\SHANKLIN DOUG\PAYMENT 153.00 11.03.06 Payment 061103092940 00004132 1-14\FISHBAUGH JUSTIN\NOV 06\RANGA 158.50 11.03.06 Payment 061103092940 00004136 1-7\ANDBRSON MARK\NOV 06\HANGAR 96 175.00 11.03.06 Payment 061103092940 00004158 1-13\SQUADRONS UP\NOV 06\HANGAR 053 153.00 11.06.06 Payment 061106095839 00004092 1-12\MILLER RICHARD\NOV 06\HANGAR 153.00 11.06.06 Payment 061106095839 00004116 1-4\RANGY CHARLBS\NOV 06\HANGAR #1 121.00 11.06.06 Payment 061106095839 00004118 1-7\BULLHRS JONATHAN\NOV 06\HANGAR 121.00 11.06.06 Payment 061106095B39 00004120 1.17\BULGERELLI DAVID\NOV 06\RANGA 132.00 11.06.06 Payment 061106095839 00004126 1.6\MASCARI RICK\NOV 06\HANGAR #30 132.00 11.06.06 Payment 061106095839 00004128 1-22\HARTWIG RANDY\NOV 06\HANGAR # 153.00 11.06.06 Payment 061106095839 00004164 1-20\MAKWELL G E RRZABEK J\NOV 06 158.50 11.06.06 Payment 061106095839 00004166 1-3\OPERATOR PERFORMANCE LAB\NOV 06 1330.00 11.06.06 Payment 061106095839 00004166 1-3\OPERATOR PERFORMANCE LAB\NOV 06 153.00 11.06.06 Payment 061106095839 00004177 1.8\MELLECKER EDWARD\NOV 06\HANGAR 132.00 11,06.06 Payment 061106095839 00004187 1.21\KLEIN DEREK\NOV 06\HANGAR # 1 132.00 11.06.06 Payment 061106095839 00004196 1-23\HERTZ CORPORATION\NOV 06\OFFIC 100.00 11.07.06 Payment 061107094155 00003523 1-18\GORDON DENNIS\SEPT 06\HANGAR 153.00 TRID: 12.06.06 11:28:13 Iowa City General Ledger System Revenues Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Trans Date Trans Type Report# Source Description ----------------------------------------- ----------------------------------- 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 382200 Building/Room Rental (CONTINUED) 11,07.06 Payment 061107094155 00003765 1-19\CORDON DENNIS\OCT 06\HANGAR # 11.07.06 Payment 061107094155 00004119 1-17\HALL ROBERT\NOV 06\HANGAR #6 11,07.06 Payment 061107094155 00004139 1-16\ALLENDER PATRICK\NOV 06\HANGA 11.07.06 Payment 061107094155 00004161 1-9\GURNETT DON\NOV 06\HANGAR 034 11.07.06 Payment 061107094155 00004171 1-7\SINGLETARY ROBERT\NOV 06\HANGA 11.07.06 Payment 061107094155 00004176 1-5\KRUSE DAVE\NOV 06\HANGAR #18 11.07.06 Payment 061107094155 00004178 1-10\DOWNES & ASSOCIATES\NOV 06\HAN 11.08.06 Payment 061108092929 00004147 1-4\EDMONDS TERRY\NOV 06\HANGAR #5 11.09.06 Payment 061109093929 00004095 1-1\FIELD HOWARD\NOV 06\HANGAR #54 11.09.06 Payment 061109093929 00004134 1-8\LACINA DAVE\NOV 06\HANGAR #57 11.09.06 Payment 061109093929 00004170 1-3\STEARMAN\NOV 06\HANGAR #47 11.10.06 Payment 061113105601 00003779 9-1\TEARS& DAVID\OCT 06\HANGAR 941 11.14.06 Payment 061114095204 00003773 1-14\TUCKER JIM\OCT 06\RANGAR #38 11.14.06 Payment 061114095204 00004105 1-12\RUYLE JOHN\NOV 06\HANGAR #33 11.14.06 Payment 061114095204 00004122 1.15\HOLLY FORREST\NOV 06\HANGAR # 11.14.06 Payment 061114095204 00004144 1-9\ZUBROD ROY\NOV 06\HANGAR #20 11.14.06 Payment 061114095204 00004160 1-16\FLOOD BRYAN\NOV 06\HANGAR #19 11.14.06 Payment 061114095204 00004182 1.3\FLANAGAN JAMBS\NOV 06\HANGAR # 11.14.06 Payment 061114111800 00004188 9-1\VRANEK DOUGLAS\NOV 06\HANGAR # 11.15.06 Payment 061115102110 00004138 1-18\NE IA PHYS THBRPY ASSOC\NOV 06 11.15.06 Payment 061115102110 00004138 1-18\NE IA PHYS THBRPY ASSOC\NOV 06 11,15.06 Payment 061115102110 00004142 1-6\CHALKLEY BEN\NOV 06\HANGAR #14 11.15.06 Payment 061115102110 00004184 1.14\ALEXIS PARK INN & SUITES\NOV 0 11.16.06 Payment 061116105227 00003766 1-8\FULL JBRRY\OCT 06\HANGAR #45 11.16.06 Payment 061116105227 00004125 1-5\HALL DAN\NOV 06\HANGAR 927 11.16.06 Payment 061116105227 00004140 1-10\TRATCHEL JACK\NOV 06\HANGAR # 11.16.06 Payment 061116105227 00004162 1-7\ROOF, KEITH\NOV 06\HANGAR #32 11.16.06 Payment 061116105227 00004172 1-9\SAPPHIRE VISTAS LLC\NOV 06\HANG 11.22.06 Payment 061122094350 00004129 1-1\CORDON DBNNIS\NOV 06\HANGAR #4 11.28.06 Journal 061204161545 005371 9-1 Wiechert inv4379\MOVE PMTS FROM 11.30.06 Payment 061130092043 00004307 1-1\FIELD HOWARD\DEC 06\HANGAR 054 11,30.06 Payment 061130092043 00004319 1-2\BRUMLEY JAMBS\DRC 06\HANGAR #2 Page: 2 Debit Credit 153.00 121.00 153.00 310.00 121.00 132.00 153.00 195.00 153.00 180.50 153.00 153.00 153.00 358.00 132.00 132.00 132.00 132.00 121.00 180.50 158.50 132.00 121.00 186.00 132.00 132.00 464.00 132.00 306.00 132.00 153.00 132.00 TRID: 12.06.06 11:28:13 Page: 3 Iowa City General Ledger System Revenues Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Trans Date Trans Type Report@ Source Description Debit Credit ---------------------------- - 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 382200 Building/Room Rental (CONTINUED) ------------ ------------ Total Building/Room Rental 14283.00 384200 Vending Machine Comm 11.22.06 Old Sys 061123010006 11223032\AMERICAN BOTTLING\VENDING 10.80 ------------------------ Total Vending Machine Comm 10.80 384900 Other Commissions 11.15.06 Old Sys 061116010005 11153058\NEWTON HOME OIL\AVT GAS FL 550.00 11.15.06 Old Sys 061116010005 11153058\NEWTON HOME OIL\JET FUEL F 1502.40 ------------------------ Total Other Commissions 2052.40 393120 General Levy 11,30.06 Journal 061204161545 005400 Airport Prop Tx Supp\Nov Budgeted T 9083.33 ------------ ------------ Total General Levy 9083.33 ------------ ------------ Total Airport Operations 25900.11 TRID: 12.06.06 11:28:13 Iowa City General Ledger System Revenues Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Page: 4 Trans Date Trans Type Report# Source Description Debit Credit ----------- ---------- ------------ ------------------------------------------------------- ------------ 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) Total Airport 25900.11 TRID: 12.06.06 11:28:13 Iowa City General Ledger System Revenues Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30,06 Trans Date Trans Type Report# Source ---------------------------------------- 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) ttt GRAND TOTAL ttt Page: 5 Description Debit Credit ------------ 25900.11 TRID: 12.06.06 11:28:06 Trans Date Trans Type ----------- ---------- Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11,01.06 to 11.30.06 Report# Source 7600 Airport 560100 Airport Operations 411000 Perm Full Time 11.09.06 Old Sys 061106152457 11.22.06 Old Sys 061120010005 Total Perm Full Time 412000 Perm Part Time 11.09.06 Old Sys 11.22.06 Old Sys Total Perm Part Time 413000 Temporary Employees 11.09.06 Old Sys 11.22.06 Old Sys Total Temporary Employees 414500 Longevity Pay 11.30.06 Old Sys Total Longevity Pay 421100 Health Insurance 11.07.06 Journal Total Health Insurance 421200 Dental Insurance 11.07.06 Journal 061106152457 061120010005 061106152457 061120010005 061114010006 Page: 1 Description Debit Credit ----------------------- ------------------------ 469705\PAYROLL RECAP\PAYROLL 09-NOV 470552\PAYROLL RECAP\PAYROLL 22-NOV 469705\PAYROLL RECAP\PAYROLL 09-NOV 470552\PAYROLL RECAP\PAYROLL 22-NOV 469705\PAYROLL RECAP\PAYROLL 09-NOV 470552\PAYROLL RECAP\PAYROLL 22-NOV 1392.00 1392.00 ------------------- 2784.00 848.16 840.72 ------- ....... 1688.88 400.00 45.00 ----------- ------ 445.00 470070\LONGEVITY PAYROLL\LONGEVITY 1050.00 ------------ ------ 1050.00 061204161545 005384 NOV BCBS\Nov health insurance old # 550.92 ------------ 550.92 061204161545 005392 NOV DELTA DENTAL\Nov dental insuran Total Dental Insurance 421400 Disability Insurance 11.09.06 New Vouch 061110030005 06853583 Check:590156\ASSDRANT EMPLOYEE BENS Total Disability Insurance 37.34 37.34 21.72 ----------------- 21.72 TRID: 12.06.06 11:28:06 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11,01.06 to 11.30.06 Trans Date Trans Type Report@ Source Description ----------- 7600 Airport (CONTINUED) -------- - --------- -- ----------- - - --- 560100 Airport Operations (CONTINUED) 422100 Fica 11.09.06 Old Sys 061106152457 11090599\FICA\CITY CONTRIBUTION 11.22.06 Old Sys 061114010006 470479\FICA\CITY CONTRIBUTION 11.22.06 Old Sys 061120010005 11220599\FICA\CITY CONTRIBUTION Total Fica 423100 Ipers 11.09.06 Old Sys 061106152457 470052\IPERS\CITY CONTRIBUTION 11.22.06 Old Sys 061116010005 470547\IPERS\CITY CONTRIBUTION 11.22.06 Old Sys 061120010005 470886\IPBRS\CITY CONTRIBUTION Total Ipers 424500 Monthly Cellular/PCS 11.09.06 Old Sys 061106152457 469705\PAYROLL RECAP\PAYROLL 09-NOV 11.22.06 Old Sys 061120010005 470552\PAYROLL RECAP\PAYROLL 22-NOV Total Monthly Cellular/PCS 432070 Management Services 11.06.06 New Vouch 061107030005 06853295 Check:589863\JET AIR INC\MANAGEMENT Total Management Services 433030 Lang Distance Service 11,05.06 Journal 061206075725 005409 NOV LONG DIST. CHG\Monthly long dis Total Long Distance Service 436060 Lodging 11.21.06 P-Card 061204085218 Total Lodging 438010 Stormwater Utility Charges 12.15.06 Journal 061204161545 005381 Total Stormwater Utility Charges SHERATON HOTELS CONTIP\MICHAEL THAR Debit Page: 2 Credit 197.31 80.33 169.58 ------------------------ 447.22 152.53 60.38 131.69 ------------------------ 344.60 12.50 12.50 ------------------------ 25.00 1500.00 ------------ -- --------- 1500.00 1.40 ------------ ------------ 1.40 227.91 ------------------------ 227.91 057-095-03\STORMWTR\11.15.06 Bill D 591.96 591.96 TRID: 12.06.06 11:28:07 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Trans Date Trans Type Report# Source Description Debit --------------------------------------------------------------------- ------- --------- 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 438030 Electricity 11.09.06 New Vouch 11.09.06 New Vouch 11.09.06 New Vouch 11.09.06 New Vouch Total Electricity 438070 Heating Fuel/Gas 11.09.06 New Vouch 11.09.06 New Vouch 11.09.06 New Vouch Total Heating Fuel/Gas 438080 Sewer Utility Charge 11.15.06 Journal 11.15.06 Journal 11.15.06 Journal Total Sewer Utility Charge 438090 Water Utility Charge 11.15.06 Journal 11.15.06 Journal 11.15.06 Journal 11.15.06 Journal Page: 3 Credit 061110030005 06853607 Check:590213\MIDAI1ERICAN ENERGY\ELE 143.20 061110030005 06853608 Check:590213\MIDAMERICAN ENERGY\ELE 45.54 061110030005 06853610 Check:590213\MIDAMERICAN ENERGY\ELE 750.24 061110030005 06853629 Check:590213\NIDAMERICAN ENERGY\ELE 104.62 ------------ ------------ 1043 .60 061110030005 06853609 Check:590213\MIDAMERICAN ENERGY\GAS 80.62 061110030005 06853630 Check:590213\MIDAMERICAN ENERGY\GAS 10.00 061110030005 06853640 Check:590212\MIDAMERICAN ENBRGY\GAS 85.90 ------------ ------ 176.52 061204161545 005381 057-120-00\SEWER\11.15.06 Bill Date 74.64 061204161545 005381 057-117-00\SEWER\11.15.06 Bill Date 41.96 061204161545 005381 057-115-00\SEWER\11.15.06 Bill Date 7.76 ------------ 124.36 061204161545 005381 057-120-00\WATER\11.15.06 Bill Date 061204161545 005381 057-117-00\WATER\11.15.06 Bill Date 061204161545 005381 057-115-00\WATER\11.15.06 Bill Date 061204161545 005381 057-095-03\WATER\11.15.06 Bill Date Total Water Utility Charge 441010 Vehicle Repairs and Maintenance (Equipm 11.30.06 Journal 061204161545 005388 NOV (DIVISION SRCV)\&quip svcs & fu Total Vehicle Repairs and Maintenance (Equipmen 442010 Bldg Rep & Maint 11.01.06 New Vouch 061102030018 06853105 Check:589634\SCHINDLER ELEVATOR COR 59.03 33.32 16.47 8.65 ------------ ------------ 117.47 2071.66 2071.66 174.60 TRID: 12.06.06 11:28:07 Trans Date Trans Type 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) Total Bldg Rep & Naint 442030 Repair of Heating Equip 11.09.06 New Vouch Total Repair of Heating Equip 442070 Bldg Pest Control 11.07.06 New Vouch Total Bldg Pest Control 445070 Equipment Service 11.14.06 New Vouch Total Equipment Service 445230 Technical Services 11.13.06 New Vouch 11.13.06 New Vouch 11,27.06 New Vouch Page: 4 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Report# Source Description Debit Credit --------- ------------------------------------------------------- ------------ 061110030005 06853726 Check:590206\KELLY HEATING SERVICE 061108030021 06853489 Check:589852\HAWKEYE PEST CONTROL I 061115030006 06853931 Check:590276\ALLIED WASTE SERVICES\ 061114030006 06853784 Check:590176\CTS TEXTILE LEASING\CL 061114030006 06853785 Check:590176\CTS TEXTILE LEASING\CL 061128030018 06854407 Check:591120\14IDNEST JANITORIAL SER Total Technical Services 446140 ITS -Computer Replacement Chargeback 11.01.06 Journal 061204161545 005395 I.S.-REPLACE CHG\ITS Nov replacemen ------------------------ 174.60 90.00 ------------ ------------ 90.00 33.95 ------------ -- --------- 33.95 74.00 ------------ ------------ 74.00 29.48 29.48 188.70 ------------------------ 247.66 39.58 ------------ ------------ Total ITS -Computer Replacement Chargeback 39.58 446160 ITS-Network/Internet Charge 11.01.06 Journal 061204161545 005396 ITS-NW/INTERNET CHG\Nov internet ch 30.00 ------------------------ Total ITS-Network/Internet Charge 30.00 446200 Photocopying Chgback 11.30.06 Journal 061204161545 005389 OCT PHOTOCOPY\Monthly photocopy chg 28.08 Total Photocopying Chgback ------------------------ 28 .08 TRID: 12.06.06 11:28:07 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Page: 5 Trans Date ----------- Trans Type Report$ Source ------------------------------ Description ----------------------------------- ------------ Debit Credit ------------ 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 446220 Phone Service - Department Chargebacks 11.17.06 Journal 061204161545 005397 Qwest Monthly Charge\ITS phone chgb ------------ 48.12 ------------ Total Phone Service - Department Chargebacks 48.12 446300 Phone Equipment/Line Charge 11.05.06 Journal 061206075725 005409 NOV EQUIPMENT CHG\ITS monthly equip 65.00 Total Phone Equipment/Line Charge 446320 Mail Chargebacks 11.01.06 Journal 061204161545 005391 OCT POSTAL CHARGES\Monthly postal c Total Mail Chargebacks 446350 City Vehicle Repl. 11.30.06 Journal Total City Vehicle Repl. 449060 Dues & Memberships 11.17.06 New Vouch Total Dues & Memberships 449360 Interest Expense 11.30.06 Journal 11.30.06 Journal 11.30.06 Journal 11.30.06 Journal ------------ ------------ 65.00 58.38 ------------------------ 58.38 061204161545 005386 NOV (REPLACEMT COST)\Equip replacem 1001.30 ------------------------ 1001.30 061120030004 06854111 Check:590506\IOWA PUBLIC AIRPORTS A 150.00 ----------------------- 150.00 061204161545 005402 Corp Hangar Loan Int\Nov Interfund 061204161545 005402 Airprt S-T Hangarint\Nov Interfund 061204161545 005402 Airprt SE Hangar Int\Nov Interfund 061204161545 005402 Airprt SW Hangar-Int\Nov Interfund Total Interest Expense 454020 Subscriptions 11,17.06 New Vouch 061120030004 06854088 Check:590490\BUSINESS & COMMERCIAL Total Subscriptions 1988.45 40.28 1017.02 967.36 ------- ------------ 4013.11 92.00 ------------------- 92.00 TRID: 12.06.06 11:28:07 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Trans Date Trans Type Report@ Source ----------- ---------- ------------------- 7600 Airport )CONTINUED) 560100 Airport Operations (CONTINUED) 465050 Other Fuels Description Debit ----------------------- --------- 11.30.06 Journal 061204161545 005398 NOV (DIVISION FUEL)\Equip svcs & fu Total Other Fuels 465060 Grease & Oil 11.21.06 P-Card Total Grease & Oil 466050 Electrical Supplies 11.21.06 P-Card Total Electrical Supplies 469210 First Aid/safety Sup 11.21.06 P-Card 68.83 68.83 Page: 6 Credit 061204085218 ORSCHELN IOWA CITY 90\GERRY HAEFRIN 12.90 ------------------------ 12.90 061204085218 HD CLINE COMPANY\GERRY %AEFRING 10.96 ----------------------- 10.96 061204085218 ORSCHELN IOWA CITY 90\GERRY HAEFRIN 29.99 ------------ ------------ Total First Aid/safety Sup 29.99 473010 Contracted Improv. 11.28.06 New Vouch 061129030004 06854467 Check:591110\L L PELLING COMPANY\NO 24546.78 ------------ ------------ Total Contracted Improv. 24546.78 474420 Other Oper. Equip. 11.21.06 P-Card 061204085218 Total Other Oper, equip, 490190 Interfund Transfers Out-_ Fund 11.30.06 Journal 061204161545 005402 11.30.06 Journal 061204161545 005402 11.30.06 Journal 061204161545 005402 11.30.06 Journal 061204161545 005402 Total Interfund Transfers Out- Fund ORSCHELN IOWA CITY 90\GERRY %AEFRIN 99.98 ------------ ---- ------- 99.98 Corp Hangar Loan Prn\Nov Interfund Airprt S-T HangarPrn\Nov Interfund Airprt SE Hangar Prn\Nov Interfund Airprt SW Hangar-Prn\Nov Interfund 1011.55 1841.30 312.98 462.64 3628.47 Total Airport Operations 47793.25 TRID: 12.06.06 11:28:07 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Trans Date Trans Type Report# Source Description --------------------- -------------------- ------------------------------ 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 490190 Interfund Transfers Out-_ Fund (CON Total Airport Page: 7 Debit Credit ------------ ------------ 47793.25 TRID: 12.06.06 11:28:07 Iowa City General Ledger System Expenditures Detail FY 2007 Detail Reporting For the period 11.01.06 to 11.30.06 Trans Date Trans Type Report# Source Description ----------- ---------- ------------ -------- ------------------------ 7600 Airport (CONTINUED) 560100 Airport Operations (CONTINUED) 490190 Interfund Transfers Out-_ Fund (CON ttt GRAND TOTAL ttt Page: 8 Debit Credit 47793.25 ------------------------ ------------------------ EXPE: 12.06.06 11:57:46 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Account Appropriated Expenditures Expenditures Encumbrance 3403 Airport North Commercial Park 560300 Airport Capital Acquisition/CIP SERVICES 435060 Legal Publications Total SERVICES Total Airport Capital Acquisition/CIP Total Airport North Commercial Park 3406 NE Property Development 560300 Airport Capital Acquisition/CIP SERVICES 432060 Consultant Services Total SERVICES Total Airport Capital Acquisition/CIP Total NE Property Development 3414 Runway 7 Extension 560300 Airport Capital Acquisition/CIP SERVICES 435060 Legal Publications Total SERVICES Total Airport Capital Acquisition/CIP Total Runway 7 Extension Page: 1 Balance 4 Used 13.55 -13.55 ----------------------------•- --- ------------ ------------ ------ 13.55 -13.55 ---------- ------------------------ ------------ ------------ ------ 13.55 -13.55 --------------------- ------------ ----------- ------------ ------ 13.55 -13.55 1050.00-1050.00 -------------------------------- --- ---------- ---------- - ------ 1050.00-1050.00 ------------------------ --------•--- --- -------------•------ ------ 1050.00-1050.00 ------------ ------------ ------------ ------------ ------------ ------ 1050.00-1050.00 EXPE: 12.06.06 11:57:46 Page: 2 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Account Appropriated Expenditures Expenditures Encumbrance Balance t Used ------------------------------------------------------------------------------- ------------ ------------------------ ------ 3415 Building B,C,X Roof Replacement GAVI-IOW)29)--9I-5 560300 Airport Capital Acquisition/CIP CAPITAL OUTLAY 473010 Contracted Improv. 13369.00 13369.00 Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Building B,C,X Roof Replacement GAVI-IOW)29)--9I 3416 Runway 7 Design, EA, FAA #SO 560300 Airport Capital Acquisition/CIP SERVICES 431111 Engineering Services 435060 Legal Publications Total SERVICES CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Runway 7 Design, EA, FAA #10 3417 Airport Obstruction Removal AIP-IOW(28)-9I-52 560300 Airport Capital Acquisition/CIP CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Airport Obstruction Removal AIP-IOW)28)-9I-52 ------------------------------------------------ ------------ ------ 13369.00 13369.00 ------------ ------------ ------------------------------------ ------ 13369.00 13369.00 ------------ ------------------------ ------------ ------------ ------ 13369.00 13369.00 15878.63-15878.63 18.80 -18.80 --------- ------------------------------------ ------------ ------ 15897.43-15897.43 188566.60 45796.00 142770.00 24.29 --------- ----------•- ------------------------ ----- ------- - 188566.00 45796.00 142770.00 24.29 --------- ------------ ------------ ------------------------ ------ 188566.00 61693.43 126872.57 32.72 --------------------------------------------- ------------ ------ 188566.00 61693.43 126872.57 32.72 ERPE: 12.06.06 11:57:46 Account ---------------------------------------------- 3419 Aviation Commerce Park Site Development 560300 Airport Capital Acquisition/CIP SERVICES 432060 Consultant Services Total SERVICES Total Airport Capital Acquisition/CIP Total Aviation Commerce Park Site Development 3420 Runway 7 Grading FAA #11 & #12 560300 Airport Capital Acquisition/CIP SERVICES 431111 Engineering Services Total SERVICES CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Runway 7 Grading FAA #11 & #12 3421 Runway 7 Paving/Lighting FAA #14 560300 Airport Capital Acquisition/CI,P CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Runway 7 Paving/Lighting FAA #14 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Appropriated Expenditures Expenditures Encumbrance --------- ------------ ------------ ------------ ------------ Page: 3 Balance 1 Used ------------ ------ 11217.58-11217.58 ------------ ------------ ------------------------ ------------ ------ 11217.58-11217.58 ------------ ------------------------ ------------------------ ------ 11217.58-11217.58 11217.58 24622.00 8892.09 ------------------------------------ -- 24622.00 8892.09 -11217.58 15729.91 36.11 -- ------------ ------ 15729.91 36.11 ----------- 24622.00 ------------ ------------ ------------ 8892.09 ------------ 15729.91 ------ 36.11 ------------ 24622.00 ------------ ------------------------ 8892.09 ------------ 15729.91 ------ 36.11 2241500.00 2241500.00 ------------------------------------ ------------------------ ------ 2241500.00 2241500.00 ------------ ------------------------------------------------ ------ 2241500.00 2241500.00 - ----------- ------------ ------------------------------------ ------ 2241500.00 2241500.00 E%PE: 12.06.06 11:57:46 Page: 4 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11,01.06 to 11.30.06 YTO Period Account Appropriated Expenditures Expenditures Encumbrance Balance % Used ------------------------------------------------------------------------------- ------------------------------------ ------ 3422 Airport Taxilane/Apron Pavement Rehab 91-02-OIOW-1 560300 Airport Capital Acquisition/CIP SERVICES 431111 Engineering Services 13840.19 1286.94-13840.19 435060 Legal Publications 92.78 -92.78 Total SERVICES CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Airport Taxilane/Apron Pavement Rehab 9I-02-OIOW 3423 Aviation Commerce Park South 560300 Airport Capital Acquisition/CIP CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Aviation Commerce Park South 3424 Hard Surface Floors Bldgs B & C #9I-05-OIOW-300 560300 Airport Capital Acquisition/CIP CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total Hard Surface Floors Bldgs B & C #9I-05-OIOW-300 ------------ - ----------------------- 13932.97 ------------ 1286.94 ------------ -13932.97 ------ 171171.00 152012.33 119226.33 19158.67 88.81 ------------ ------------ 171171.00 ------------ 152012.33 ------------ 119226.33 ------------ 19158.67 ------ 88.81 ------------------------ 171171.00 ------------ 165945.30 ------------ 120513.27 ------------ 5225.70 ------ 96.95 ------------ ------------ 171171.00 ------------ 165945.30 ------------ 120513.27 ------------ 5225.70 ------ 96.95 6281.00 2956.44 3324.56 47.07 ------------------------ 6281.00 ------------ ------------ 2956.44 ------------ 3324.56 ------ 47.07 ------------------------ 6281.00 ------------ ------------ 2956.44 ------------ 3324.56 ------ 47.07 ------------ ------------ 6281.00 ------------ ------------ 2956.44 ------------ 3324.56 ------ 47.07 EXPE: 12.06.06 11:57:46 Account Page: 5 Iowa City General Ledger System Budget to Actuals Expenditures Summary FY 2007 Expense Reporting For the period 11.01.06 to 11.30.06 YTD Period Appropriated Expenditures Expenditures Encumbrance Balance I Used ------------------------------------------------------------------- ------------------------ ------------------------ ------ 3425 FAA Obstruction Removal H3-19-0047-13-2006 560300 Airport Capital Acquisition/CIP SERVICES 431111 Engineering Services 435060 Legal Publications 449055 Permitting Fees Total SERVICES CAPITAL OUTLAY 473010 Contracted Improv. Total CAPITAL OUTLAY Total Airport Capital Acquisition/CIP Total FAA Obstruction Removal #3-19-0047-13-2006 "* GRAND TOTAL *** 288300.00 90281.78 198018.22 31.32 25.37 -25.37 300.00 -300.00 ----------------------- 288300.00 ------------ 90607.15 ------------ ------------ 197692.85 ----- 31.43 1446254.00 466504.41 45258.40 979749.59 32.26 ------------ -----------= 1446254.00 ------------ 466504.41 ------------ 45258.40 ------------ 979749.59 ------ 32.26 ------------------------ 1734554.00 ------------ 557111.56 ------------ 45258.40 ------------ 1177442.44 ------ 32.12 ------------ ------------ 1734554.00 ------------ 557111.56 ------------ 45258.40 ------------ 1177442.44 ------ 32.12 ------------ ------------ 4380063.00 ------------------------ ------------ ------------ ------------ 808879.95 ------------ ------------ ------------ 165771.67 ------------ ------------ ------------ 3571183.05 ------------ ------------ ------ 18.47 ------ ------ REVE: 12.06.06 11:57:52 Account ---------------------------------------------- 3403 Airport North Commercial Park 560300 Airport Capital Acquisition/CIP OTHER FINANCING SOURCES 393240 From Airport Operations Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Iowa City General Ledger System Budget to Actuals Revenues Summary FY 2001 Revenue Reporting For the period 11.01.06 to 11.30.06 Estimated YTD Revenue Revenue --------------------- ------------ ------------ Total Airport North Commercial Park 3415 Building B,C,E Roof Replacement GAVI-IOW)29)--9I-52 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 334900 Other State Grants Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393140 General Fund CIP Funding Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Total Building B,C,% Roof Replacement GAVI-IOW)29)--9I-52 3416 Runway 7 Design, RA, FAA #10 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 331100 Federal Grants Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393414 From 05 GO Bonds Total OTHER FINANCING SOURCES Page: 1 Period Revenue Remainder % --------------------- ------ 13.55 -13.55 ------------------------------------ 13.55 ------------ ------ -13.55 ------------------------ ------------ 13.55 ------------ ------ -13.55 ------------ ------------------------ 13.55 ------------ ------ -13.55 9358.00 9358.00 ------------------------------------------- ------ 9358.00 9358.00 3636.00 3636.00 - ------------------------------- ------------ ------ 3636.00 3636.00 -------------------------------- ------------ ------ 12994.00 12994.00 -------------------- ------------------------ ------ 12994.00 12994.00 227851.00 105221.00 227851.00 105221.00 -98327.00 ------------ -98327.00 122630.00 46.18 ---------------- ------ 122630.00 46.18 -98327.00 -98327.00 REVS: 12.06.06 11:57:53 Account Iowa City General Ledger System Budget to Actuals Revenues Summary FY 2007 Revenue Reporting For the period 11.01.06 to 11.30.06 Estimated YTD Revenue Revenue ---------- ----------------------------------------- -- 3416 Runway 7 Design, EA, FAA #10 (CONTINUED( 560300 Airport Capital Acquisition/CIP (CONTINUED( Total Airport Capital Acquisition/CIP Total Runway 7 Design, EA, FAA 110 3417 Airport Obstruction Removal AIP-IOW(28)-9I-52 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 331100 Federal Grants Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393416 From 07 GO Bonds Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Total Airport Obstruction Removal AIP-IOW(28(-9I-52 3420 Runway 7 Grading FAA #11 & #12 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 331100 Federal Grants Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393140 General Fund CIP Funding 393416 From 07 GO Bonds Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Total Runway 7 Grading FAA #11 & #12 ------------------------ 129524.00 105221.00 ------------ ----- ------ 129524.00 105221.00 Page: 2 Period Revenue Remainder t ------------ ------------ ------ 24303.00 81.24 ------------------------ ------ 24303.00 81.24 39621.00 20522.00 19099.00 51.80 ------------------------ 39621.00 20522.00 ------------ ------------ 19099.00 ------ 51.80 -6664.00 -6664.00 ------------------------ -6664.00 ----------- ------- -- -6664.00 ------ ------------------------ 32957.00 20522.00 ------------ ------------ 12435.00 ------ 62.27 ------------ ------------ 32957.00 20522.00 ------------ ------------ 12435.00 ------ 62.27 RRVE: 12.06.06 11:57:53 Iowa City General Ledger System Budget to Actuals Revenues Summary FY 2007 Revenue Reporting For the period 11.01.06 to 11.30.06 Estimated YTO Account Revenue Revenue -------------------------------------------------------------------- ------------ ---------- 3421 Runway 7 Paving/Lighting FAA 014 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 331100 Federal Grants 2129425.00 Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393416 From 07 GO Bonds Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Total Runway 7 Paving/Lighting FAA 014 3422 Airport Taxilane/Apron Pavement Rehab 9I-02-OIOW-100 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 334900 Other State Grants Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393140 General Fund CIP Funding Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Total Airport Taxilane/Apron Pavement Rehab 9I-02-OIOW-100 ------------ 2129425.00 112075.00 ------------ ------------ 112075.00 --------- ------ 2241500.00 ------------------------ 2241500.00 128111.00 37299.16 ------------ ------------ 128111.00 37299.16 36805.00 ------------------------ 36805.00 ------------------------ 164916.00 37299.16 ------------------------ 164916.00 37299.16 Page: 3 Period Revenue Remainder % ------------------------ ------ 2129425.00 ------------------------ ------ 2129425.00 112075.00 ------------------------ ------ 112075.00 ------------------------ ------ 2241500.00 ------------------------ ------ 2241500.00 24578.19 90811.84 29.11 -------------------- ------ 24578.19 90811.84 29.11 36805.00 -------------------- ------ 36805.00 -------------------- ------ 24578.19 127616.84 22.62 -------- ------------ ------ 24578.19 127616.84 22.62 REVS: 12.06.06 11:57:53 Page: 4 Iowa City General Ledger System Budget to Actuals Revenues Summary FY 2007 Revenue Reporting For the period 11.01.06 to 11.30.06 Estimated YTD Period Account Revenue Revenue Revenue Remainder 8 -------------------------------------------------------------------------------------------------------------------- ------ 3423 Aviation Commerce Park South 560300 Airport Capital Acquisition/CIP MISCELLANEOUS REV. 369900 Miscellaneous Other Income ------------------------ ------------------------ ------ Total MISCELLANEOUS REV. ------------ ------------------------------------ ------ Total Airport Capital Acquisition/CIP ------------ ------------ ------------------------ ------ Total Aviation Commerce Park South 3424 Hard Surface Floors Bldgs B & C #9I-05-OIOW-300 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 334900 Other State Grants Total INTERGOVERNMENTAL REVENUE Total Airport Capital Acquisition/CIP Total Hard Surface Floors Bldgs B & C #9I-05-OIOW-300 3425 FAA Obstruction Removal #3-19-0047-13-2006 560300 Airport Capital Acquisition/CIP INTERGOVERNMENTAL REVENUE 331100 Federal Grants Total INTERGOVERNMENTAL REVENUE OTHER FINANCING SOURCES 393416 From 07 GO Bonds Total OTHER FINANCING SOURCES Total Airport Capital Acquisition/CIP Total FAA Obstruction Removal #3-19-0047-13-2006 *** GRAND TOTAL *** 6471.00 4143.30 ------------ ------------ 6471.00 4143.30 ------------ ------------ 6471.00 4143.30 ------------ ------------ 6471.00 4143.30 4143.30 2327.70 64.03 ------------------- ------ 4143.30 2327.70 64.03 ------------------- ------ 4143.30 2327.70 64.03 ------- ------------ ------ 4143.30 2327.70 64.03 1647826.00 232721.00 1415105.00 14.12 ------------------------ ------------------------ ------ 1647826.00 232721.00 1415105.00 14.12 86728.00 86728.00 86728.00 86728.00 ------------------------ ------------------------ ------ 1734554.00 232721.00 1501833.00 13.42 ------------------------ ------------------------ ------ 1734554.00 232721.00 1501833.00 13.42 ------------ ------------ - ---------------------- ------ 4322916.00 399920.01 28721.49 3922995.99 9.25 ------------------------------------------------ ------ ------------------------------------------------ ------ Page 1 of) Michael Tharp From: Hughes, David ( Des Moines ) [David.Hughes@earthtech.com] Sent: Thursday, December 07, 2006 3:55 PM To: Randy Hartwig Cc: Michael Tharp; Eaton, Steve Subject: IOW Project Update Randy, Here's a summary of the projects. Box Culvert (AIP -10) All required closeout documentation for the construction has been submitted to FAA for review and concurrence. We are awaiting concurrence from FAA. Iowa City Airport — Public Historic Booklet (AIP-10) Earth Tech subconsultant, Tallgrass Historians, is working on this element of the project. Element involves significant historic review of the Iowa City Municipal Airport. The public historic booklet will tell the story of the Iowa City Municipal Airport. The booklet will document, as available, the early aviation achievements that took place at Iowa City and the change in the airport over time. The booklet will be illustrated with historic photographs, maps, and text that describe the history of the Iowa City Municipal Airport, one of the oldest airports in continuous operation in the State of Iowa. Engineering Services for Runway Grading (AIP-11) This grant is completed. We are working with the FAA to provide necessary closeout documentation so that this grant can be closed. Documentation requires updated Exhibit "A"- Airport Property Map. We are waiting to submit so that the updated Exhibit "A" will also reflect the sale of the Hagen Property. South Airfield Planning Study (AIP -12) We have completed submitted draft forecast to FAA for review and comment. We are waiting for concurrence in the forecast section of the report prior to proceeding with the next phase of this study. The next phase of the study will define airport needs based on the forecast and begin development of alternative layouts to meet the needs assessment. Grading (AIP-13) Project has been shut down for the winter. Erosion control measures have been placed and barricades on Dane Road have been revised to restrict traffic from using the roadway. Work on this project will resume in the Spring of 2007 once weather conditions allow. Grading is approximately 90% complete with the overall phase of this project approximately 60% complete. Obstruction Mitigation (AIP-13) We received airspace determinations from FAA this week on the obstructions related to Runway 7-25 that have been identified in the Airport Master Plan. FAA has given direction on how to proceed with these obstructions and we are moving forward with identification of impacted property owners as it relates to these obstructions. Approach Surveys — 405 Surveys (AIP-13) We have started our field survey of these controlling items for airspace navigation. Initial field survey will be complete this month and final office review will be completed based on field data obtained. Once all field survey data has been reviewed, additional field survey may be required. If no additional field survey is required, results 12/8/2006 Page 2 of 2 of this 405 Approach Survey will be submitted to FAA for their development of instrument approaches to the Iowa City Municipal Airport. Paving and Lighting (AIP-14) FAA has issued a project initiation letter for this phase of the project. We are preparing an engineering services supplemental agreement for review and comparative cost analysis by the commission. FAA has indicated that they would like to have the engineering services supplemental agreement in place by February 1, 2007. The project initiation letter is requiring that this project be ready to advertise by June 1, 2007. This would allow construction to begin in mid -August if all federal funding is in place. Taxilanes — North Area (State Grant) Construction on the taxilane and parking lot rehabilitation is complete. Contractor has completed repairs on Hangar W. This project is recommended for final acceptance. Taxilanes — South Area (2007 State Grant) We have completed our field survey of this area. We anticipate geotechnical evaluation of this area later this month or in early January. T-Hangar A Rehabilitation (2007 State Grant) We are planning to do field surveys of these buildings early next year. Will need to coordinate with owners to provide access to the hangars but relocation of aircraft(s) for the survey will not be required. We will work with Mike to coordinate this survey effort. Terminal Apron Rehabilitation (AIP Recapture) We have completed our field survey of this area. We anticipate geotechnical evaluation of this area later this month or in early January. David B. Hughes, P.E. Earth Tech Des Moines, IA 515-244-1470 515-244-4803 fax 12/8/2006 IOWA CITY MUNICIPAL AIRPORT 1801 South Riverside Drive Iowa City, Iowa 52246 Office Phone (319) 356-5045 11/16/2006 Harrel W. Timmons, President Jet Air Inc. 58 Illinois Route 164 Galesburg, IL 61401 Phillip Wolford, Manager Jet Air — Iowa City 1801 S. Riverside Dr. Iowa City, IA 52246 RE: Fixed Base Operator's Agreement— Rent Adjustment Gentlemen: I refer to the Fixed Based Operator's Agreement ("FBO Agreement") between Jet Air, Inc. (JA) and the Iowa City Airport Commission ("Commission") dated November 1, 2001, and Amendment to Fixed Based Operator's Agreement dated April 10, 2003. "Rent is payable on the first day of each month during the term of this lease. Payments received after the fifteenth (150) day of each month shall draw interest at 9% per annum from the date due, until paid. The rent will be adjusted consistent with the increase or decrease in the Consumer Price Index as each option is exercised." Jet Air, Inc. exercised its option to renew in letter dated September 24, 2004. Pursuant to Paragraph 2, the rental rates for the facilities currently rented by Jet Air will be adjusted as noted. The new rent due per month beginning January 1, 2007 and ending December 31, 2011 shall be $3926.00 per month. Enclosed is the Consumer Price Index (CPI) Table and calculations used to evaluate the change in the CPI Index. Sincerely, Michael Tharp, C.M. Operations Specialist Iowa City Municipal Airport Enc: As Noted CC: Airport Commission Sue Dulek, Asst. City Attorney — City of Iowa City Consumer Price Index (CPI) Calculations ** This is how the CPI was calculated. value for the current year is unknown Index Used CPI for Current Year Subtract CPI for Previous Year Equals Index Point Change Divided by CPI for Previous Year Multiplied by 100 (convert to percentage) Equals % Increase/Decrease *Base year 1982-1984=100 Annual CPI values are used. When the Annual CPI the most current monthly calculation will be used. Consumer Price Index - All Urban Consumers Reference Dates Sep-06 201.8 2002 179.9 21.90 0.121734297 12.17% Previous Rent $3,500.00 Inflation % Increase 12.17% New Rent (rounded to nearest whole dollar) $3,926 Consumer Price Index - All Urban ConsiimP.m Series Id: CUUROOOOSAO Not Seasonally Adjusted Area: U.S. city average Item: All items Base Period: 1982-84=100 Year Jan Feb 150.9 Mar 151.4 Apr 151.9 May 152.2 Jun 1 152.5 Jul 1 152.5 Aug 152.9 Sep 153.2K74. Oct Nov Dec Annual HALF1 HALF2 154.4 154.9 155.7 156.3 156.6 156.7 157.0 157.3 157.8 158.6 158.6 156.9 155.8 157.9 159.1 159.6 160.0 160.2 160.1 160.3 160.5 160.8 161.2 161.5 161.3 160.5 159.9 161.2 161.6 161.9 162.2 162.5 162.8 163.0 163.2 163.4 163.6 164.0 163.9 163.0 162.3 163.7 164.3 164.5 165.0 166.2 166.2 166.2 166.7 167.1 167.9 168.3 168.3 166.6 165.4 167.8 oil 168.8 169.8 171.2 171.3 171.5 172.4 172.8 172.8 173.7 174.1 174.0 172.2 170.8 173.6 1 1 175.1 175.8 176.2 176.9 177.7 178.0 177.5 177.5 178.3 177.4 176.7 177.1 176.6 177.5 1 1 177.1 177.8 178.8 179.8 179.8 179.9 180.1 180.7 181.0 181.3 181.3 180.9 179.9 178.9 180.9 181.7 183.1 184.2 183.8 183.5 183.7 183.9 184.6 185.2 185.0 184.5 184.3 184.0 183.3 184.6 185.2 186.2 187.4 188.0 189.1 189.7 189.4 189.5 189.9 190.9 191.01 190.3 188.9 187.6 190.2 190.7 191.8 193.3 194.6 194.4 194.5 195.4 196.4 198.8 199.2 197.6 196.8 195.3 193.2 197.4 t • 198.3 198.7 199.8 201.5 202.5 202.9 203.5 203.9 202.9 201.8 200.6 Source: http://www.bls.gov/cpi/ r CITY OF IOWA CITY MEMORANDUM Date: December 8, 2006 To: Steve Atkins, City Council From: Airport Staff Re: New Communication Tools The staff at the Iowa City Municipal Airport has been working diligently on new communications tools. To this end, a new email notification list has been created on the city's ICgov2U network. This tool will better help the airport communicate special events, or issue notices to the citizens who have signed up to receive them. . We've also developed a quarterly newsletter. The "Iowa City Beacon" will feature news about events on the airport, as well as updates to construction efforts, and future plans for our facilities. If you have not already done so, we encourage you to visit the city's website to view both the newsletter and to sign up for our email notification lists. The newsletters are located at http://www.icgov.orq/airport/newsletter.htm Email notification signups are located at http://www.icgov.org/subscribe.asp Also attached is a copy of the first edition of the newsletter. Resp ctfully, WMicha harp, C. Operations Specialist Iowa City Municipal Airport CC: Airport Commission Q 3 O RANDALL HARTWIG CHAIR GREG FARRIS SECRETARY JOHN STALEY HOWARD MORAN IANELLE RETTIG MICHAEL THARP, C.M. OPERATIONS SPECIALIST Construction Year In Review Historic Aircraft Visit Iowa City • 2007 Construction preview • New Communications VOLUME 1, ISSUE 1 IOWA CITY B EACO N DECEMBER 2006 DECEMBER 2006 HISTORIC AIRCRAFT VISIT IOWA CITY MUNICIPAL AIRPORT During the summer, 2 his- toric aircraft graced the Iowa City Municipal Airport with their presence. "Rose" a DC-3 flew in to overnight with us during a trip from California to the Indianapolis Air show in late August. While here 18 lucky people were given a rare opportunity to take a ride around the local area. The DC-3 was the workhorse of early commercial aviation 'Rose' A DC-3 on the ramp during her stop at Iowa City. CONSTRUCTION YEAR IN REVIEW The Iowa City Airport kicked off the start of construction season by installing concrete floors in Buildings B & C. These new floors replaced the dirt and ce- ment pads that had previously existed. Following this up was the rehabilitation of the Taxi - lanes surrounding the North T- Hangars. The area had long suf- fered with broken asphalt and now has a new surface. Drainage issues in the area were also addressed by re- grading the area prior to the resurfacing. The North Ter- minal vehicle parking lot was repaved as well, contrib- uting to an improved aes- thetic look to the airport. and served local airlines such as Ozark and United Airlines. At the opening of the Univer- sity of Iowa Football season. A rededication ceremony included an over flight of an F4F3 Wildcat. This is the aircraft Heisman Trophy win- ner, Nile Kinnick, flew during his naval service. The air- craft was originally recov- ered in 1991 after being at the bottom of Lake Michigan following a training accident nearly 50 years earlier. This aircraft was displayed to viewer at the airport before and after the ceremonies. The continuation of the Run- way 7-25 project was de- layed a bit while federal funding was appropriated. Extra -ordinarily wet weather during August and Septem- ber caused some delays to the grading project, and as a result the (continued on back) We are on the web! httrJ/w Jc oirporlidellaumUiti. 1801 S Riverside Dr The Iowa City Municipal Airport is the oldest continually operated airport west Iowa City, IA 52246 of the Mississippi River. It is located 2 miles southwest of Downtown Iowa City Phone: 319-356-5045 and serves the greater Johnson County Area. Fax: 319-351-1290 The Iowa City Municipal Airport is owned by the City of Iowa City, and operated by the Iowa City Airport Commission. CONSTRUCTION REVIEW Aerial view of the Runway 7-25 Grading Project ... continued from front. mated Surface Observa- project is being shut down tion System (ASOS) for the winter. The Airport weather monitoring equip - Viewing Area began to ment. take shape with the outlin- ing fence installation late iintheyear. NEW COMMUNICATION TOOLS 2007 CONSTRUCTION PREVIEW The 2007 construction season looks to be just as active as 2006. It will again be kicked of with hangar rehabilitation work. With the aid of state funding Building will be retro-fitted with concrete floors and have the walk- in doors replaced. With the last piece of federal funding the Runway 7-25 extension will enter the final phase of work, con- sisting of paving and light- ing the runway extension. The Mormon Trek Road The south taxiway and taxi lanes surrounding the corpo- rate hangar building will be rehabilitated and repaved. These will be done with addi- tional aid from the state. With the conclusion of a land sale this year, funding is ear- marked for rehabilitation of the terminal parking apron. The Airport Viewing Area will continue to be developed to provide a safe and educa- tional area for everyone to enjoy a day of aircraft viewing. Extension project resumed The Airport is pleased to announce a new communication method for distributing news and informa- late in the year with the tion regarding airport events and items. segment running south of Anyone who wishes to receive these items can sign up to the new a -letter notification list on the Iowa the airport A portion of City webpage. http://www.icgov.org/subscribe.asp This list will be used by the airport to send out this project also included notifications of news, events, and other items affecting the Iowa City Municipal Airport the relocation of the Auto -